Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C-9669-1 - On-Call M/RSA for On-Call HVAC Maitnenance and Repair Services
AMENDMENT NO. THREE TO ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT WITH HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC. FOR ON -CALL HVAC MAINTENANCE AND REPAIR SERVICES THIS AMENDMENT NO. THREE TO ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. Three") is made and entered into as of this 28th day of October, 2025 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC., a California corporation ("Contractor"), whose address is 720 South Richfield Road, Placentia, CA 92870, and is made with reference to the following: RECITALS A. On July 23, 2024, City and Contractor entered into an On -Call Maintenance/Repair Services Agreement (Contract No. C-C-9669-1) ("Agreement") to perform on -call HVAC maintenance and repair services for City ("Project"). B. On October 25, 2024, City and Contractor entered into Amendment No. One to the Agreement ("Amendment No. One") to reflect additional services not included in the Agreement, to increase the total compensation, and to update the billing rates. C. On May 6, 2025, City and Contractor entered into Amendment No. Two to reflect additional Services not included in the Agreement, as amended, and to update the billing rates. D. The parties desire to enter into this Amendment No. Three to reflect additional Services not included in the Agreement, as amended, to increase the total compensation, update the billing rates, and update the insurance requirements. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SERVICES TO BE PERFORMED Exhibit A to the Agreement shall be supplemented to include the Scope of Services, attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). Exhibit A to Amendment No. One, Exhibit A to Amendment No. Two, and Exhibit A to this Amendment No. Three shall collectively be known as "Exhibit A." The City may elect to delete certain Services within the Scope of Services at its sole discretion. 2. COMPENSATION TO CONTRACTOR As of the Effective Date of this Amendment No. Three, Exhibit B to the Agreement shall be deleted in its entirety and replaced with the Schedule of Billing Rates, attached hereto as Exhibit B and incorporated herein by reference. Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a time and expense not -to -exceed basis in accordance with the provisions of this Section and the Letter Proposal and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without the prior written approval of City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed One Million Three Hundred Seventy Five Thousand Dollars and 00/100 ($1,375,000.00), without prior written amendment to the Agreement." The total amended compensation reflects Contractor's additional compensation for additional Services to be performed in accordance with this Amendment No. Three, including all reimbursable items and subconsultant fees, in an amount not to exceed Seven Hundred Thousand Dollars and 00/100 ($700,000.00). 3. INSURANCE As of the Effective Date of this Amendment No. Three, Exhibit C of the Agreement shall be deleted in its entirety and replaced with Exhibit C, attached hereto and incorporated herein by reference. Any reference to Exhibit C in the Agreement shall hereafter refer to Exhibit C attached hereto. 4. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC. Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. Three to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 1 O /89 / %S' s i By: ( j�Q� ar n . Harp Git Attorney ATTEST: Date: 1/a2 g By: Lena Shumway City Clerk CITY OF NEWPORT BEACH, a California corporation Date: 6TunWI 28 By: A U za Joe St leto Mayor CONTRACTOR: HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC., a California corporation Date: Signed in Counterpart By: Gregory Howard Perez Chief Executive Officer Date: Signed in Counterpart Sammi Dee Perez Chief Financial Officer/Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC. Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. Three to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: ff-itvy n C. Harp Attorney ATTEST: Date: Lena Shumway City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Joe Stapleton Mayor CONTRACTOR: HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC., a California corporation Date: Z01V2 0.2 F11-Gre ory ow d Per Chief ecu ive Officer Date: ByAammi ,.ONES •,,- Dee Perez•i'F•.¢�o Chief Financial Offcc�/S cr r�1'F�� z; : R _ AUGUST 19,1991,: [END OF SIGNATURES] �;��c9d 4/PoRN\*•'�'�i��;� Attachments: Exhibit A - Scope of Services Exhibit B - Schedule of Billing Rates Exhibit C - Insurance Requirements HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC. Page 3 EXHIBIT A SCOPE OF SERVICES HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC. Page A-1 V Harbor [ J CITY OF NEWPORT BEACH JOB LOCATION: CITY OF NEWPORT BEACH - POLICE DEPARTMENT 870 SANTA BARBARA AVE NEWPORT BEACH, CA 92660 Site: POLICE DEPARTMENT HEADQUARTERS JOB SUBJECT: PREFORM QUARTERLY MAINTENANCE ON THE REFRIGERATION EQUIPMENT SERVING THE POLICE STATION. EQUIPMENT COVERED: UNIT REACH IN REACH IN REACH IN REACH IN REACH IN WALK IN UNIT EVAPORATOR WALK IN UNIT EVAPORATOR WALK IN UNIT CONDENSER WALK IN UNIT CONDENSER SCOPE OF WORK: MANUFACTURER MODEL # SERIAL VOLTAGE TRAULSEN G22010 T5103OF16 115 TRAULSEN G22010 T53321L13 115 TRAULSEN DHT 232 NUT T449460 5M 115 TRAULSEN G20010 T164551306 115 TRUE MANUFACTURERING STG2DT-2S 9779944 115 LRC SLE-1065 143400-901 208/230 1 PH HEATCRAFT LCE612013MC613 D04GO2139 208/2301PH TECUMSEH AVA2512ZXTHN 16K2913913099 208/230 3PH HEATCRAFT MOH0261-63 T04F 06492 208/230 3PH 1 Harbor � ' 09.31tep REACH IN UNITS: VISUALLY INSPECT OVERALL UNIT CONDITION. INSPECT DOOR GASKETS, HINGES FOR WEAR AND PROPER SEAL. INSPECT THE COMPRESSOR FOR INCONSISTANT NOISE OR VIBRATION. CHECK ELECTRICAL CONNECTIONS FOR SIGNS OF CORROSION, DAMAGE, OR LOOSE WIRES. INSPECT FAN MOTOR AND BLADE FOR PROPER OPERATIONS. TEST THERMOSTAT CALIBRATION TO ENSURE ACCURATE TEMPERATURE CONTROL. INSPECT THE EVAPORATOR AND CONDENSER COIL FOR SIGNS OF OIL. USE NITROGEN TO BLOW OUT COILS AND VACUUM THE REMAINING DIRT AND DEBRIS. VERIFY PROPER DEFROST CYCLE OPERATIONS. INSPECT TXV AND CAPILLARY TUBE FOR FOR RESTRICTIONS OR ICING. WIPE DOWN EXTERIOR AND INTERIOR SURFACES. CLEAN DOOR GASKET TO ENSURE PROPER SEAL. POWER UNIT ON AND ALLOW UNIT TO CYCLE. CONFIRM UNIT SATISFIES AND MAINTAINS PROPER TEMPERATURE. CHECK DEFROST OPERATION AND TIMING FOR ABNORMAL CYCLING. LOG TEMPERATURES OF BEFORE AND AFTER MAINTENANCE. WALK IN UNIT: INSPECT FOR SIGNS OF CORROSION ON EVAPORATOR COIL, COPPER PIPING, AND SOLDER JOINTS. CONFIRM EVAPORATOR FAN MOTORS AND BLADES ARE OPERATING CORRECTLY. LUBRICATE MOTORS IF APPLICABLE. VISUALLY INSPECT WIRING FOR SIGNS OF AN ELECTRICAL SHORT. INSPECT DRAIN PAN TO CONFIRM THERE ARE NO OBSTRUCTIONS OR ICE BUILD UP AND THAT WATER IS FLOWING PROPERLY. CHECK OPERATION / CALIBRATION OF ALL FAN CYCLE AND DEFROST CONTROLS. LOOK FOR ABNORMAL ACCUMULATUTION OF ICE PATTERNS AND ADJUST DEFROST CYCLES ACCORDINGLY. INSPECT LINESET FROM THE EVAPORATOR COIL TO ROOF TOP CONDENSER FOR SIGNS OF DETERIORATION OR ICE BUILD UP. INSPECT CONDENSER FOR SIGNS OF OIL OR A REFRIGERANT LEAK WITHIN THE COIL. VERIFY ALL ELECTRICAL COMPONENTS ARE OPERATING PROPERLY. WASH CONDENSER COIL. V Harboor r ��rtiticrr�irr� r7 tnrt4�Jl htl- CHECK UNIT SUPERHEAT AND COMPARE READING AGAINST MANUFACTURER CALL OUT. LOG TEMPERATURES OF THE WALK IN BOX BEFORE AND AFTER MAINTENANCE. Harbor ognte CITY OF NEWPORT BEACH JOB LOCATION: CITY OF NEWPORT BEACH - MARINA PARK 1600 WEST BALBOA BLVD NEWPORT BEACH, CA 92663 Site: MARINA PARK JOB SUBJECT: PERFORM QUARTERLY HVAC MAINTENACE EQUIPMENT LISTED: BUILDING FLOOR LOCATION UNIT MANUFACTURER MODEL# OUTDOOR # ID CONDENSER BALBOA S 1 1ST DAIKIN FXMQ36PVJU HRU-1 ROOM 3C BALBOA SFC 1 1ST DAIKIN FXMQ48MVJU HRU-1 ROOM 1-4 BOAT BAY SFC 1 1ST DAIKIN FXAQ07MVJU HRU-1 OFFICE 1 1-5 1 2ND LINDA ISLE S DAIKIN FXMQ36PVJU HRU-1 6C 1 2ND LINDA ISLE S DAIKIN FXMQ30PVJU HRU-1 7C UPPER SFC 1 2ND DAIKIN FXMQ48MVJU HRU-1 MEZZANINE 1-8 1 �41i/ioir (�� rb i it 11 L fO f Sl��tt SFC I 2ND CONFERENCE DAIKIN FXZQ18PVJU HRU-1 HALLWAY TO SFC 1 2ND DAIKIN FXAQ24PVJU HRU-1 OFFICES 1-10 SFC 2ND FLOOR 1 2ND 1- DAIKIN FXAQ07PVJU HRU-1 OFFICES 11A SFC 2ND FLOOR 1 2ND 1- DAIKIN FXAQ07MVJU HRU-1 OFFICES 11B SFC 2ND FLOOR 1 2ND 1- DAIKIN FXAQ07MVJU HRU-1 OFFICES 11C 2ND FLOOR SFC 1 2ND CORNER DAIKIN FXAQ18MVJU HRU-1 1-12 OFFICE SFC 1 2ND MFD ROOM DAIKIN FXA024MVJU HRU-1 1-13 BOAT BAY 1 1 DAIKIN UNKNOWN OFFICE 2 NEWPORT 2 1ST ISLAND DAIKIN FXMQ48PVJU HRU-2 21C ROOM NEWPORT 2 1ST ISLAND 2C 2 DAIKIN FXMQ48PVJU HRU-2 ROOM ADMIN OFFICE ACROSS SFC 2 1ST DAIKIN FXMQ30PVJU HRU-2 FROM LIDO 2-3 ISLAND ROOM ADMIN OFFICE ACROSS SFC 2 1ST DAIKIN FXMQ30PVJU HRU-2 FROM LIDO 2-4 ISLAND ROOM NEWPORT SFC 2 1ST ISLAND DAIKIN FXMQ18PVJU HRU-2 25 ROOM [F� "fp M114 "�/4'niiry rb Cb nt rol tiq�lay" BAY ISLAND SFC 2 2ND DAIKIN FXM072MVJU HRU-2 ROOM 2-6 LAND SFC 2 2ND DAIKIN FXMQ48MVJU HRU-2 ROOM WARMING SFC 2 2ND DAIKIN FXMQ48MVJU HRU-2 KITCHEN 2-8 WARMING SFC 2 2ND DAIKIN FXMQ36PVJU HRU-2 KITCHEN 2-9 WARMING SFC 2 2ND DAIKIN FXMQ36PVJU HRU-2 KITCHEN 2-10 LAND 2 2ND DAIKIN FXMQ18PVJU HRU-2 ROOM 211 CONDENSER INFORMATION BUILDING FLOOR LOCATION UNIT ID MANUFACTURER MODEL # 1 2ND MEZZANINE HRU1 DAIKIN REYQ336PYDN MECHANICAL 2 1ST HRU2 DAIKIN REY0336PYDN YARD BRANCH SELECTOR BOXES QTY UNIT ID 12 BS 3 TONX-Y 6 BS 5 TON X-Y 3 BS 8 TON X-Y BUILDING FLOOR LOCATION MANUFACTURER MODEL# DAIKIN BSV036 DAIKIN BSVQ60 DAIKIN BSVQ96 EXHAUST FANS UNIT ID MANUFACTURER MODEL# CFM TYPE �irr,ir, rryrrt'nntNf tip. MECHANICAL CWB BELT 2 1ST EF2 GREENHECK 1300 YARD 141 HP DRIVEN BELT 1 ROOFTOP EF3 GREENHECK CUBE-141 1600 DRIVEN NOTE: THE EQUIPMENT BELOW WILL NOT BE SERVICED DURING THE MAINTENANCE PER LUKE MASON U OUTDO BRAN BUIL FLO LOCATI NI MANUFAC MODEL VOLTAG OR CH DING TYPE BTU OR ON T TURER # E CONDE SELE # ID NSER CTOR BOAT SF HORIZ BS 1-1 2ND BAY C FXMQ72 ONTAL 208V/1P 1 DAIKIN 81000 HRU-1 (8 STORA 1- MVJU DISCHA H/60HZ TON) GE 1 RGE SF HORIZ BS 12 RESTAU C FXMQ24 ONTAL 208V/1P 1 1ST DAIKIN 27000 HRU-1 (3TON RANT 1- PVJU DISCHA H/60HZ 2 RGE U DUAL FLO LOCATI NI MANUFAC MODELDIN CFM TYPE OR ON T TURER # # ID RO RESTAU EF PANASON FV- DIRECT 1 OF 80 RANT 1 IC 08VK1 DRIVE TOP U BUIL FLO LOCATI NI MANUFAC MODEL HEATIN VOLTAG DING OR ON T TURER # G BTU E ID BOAT R SPACE 120V/1 P 1 1ST BAY CB 50 50000 H1 RAY H/60HZ GARAG 4 Harbor Pointe 'r�ririoie6iy �.r c'o„uoi till. 0 BOAT 1ST BAY R SPACE CB50 50000 120V/1P GARAG H2 RAY H/60HZ E SCOPE OF WORK: CONDENSERS INSPECT PHYSICAL CONDITION OF THE CONDENSER FOR SIGNS OF OIL AROUND THE CONDENSER COILS OR COMPRESSORS. INSPECT REFRIGERANT LINE SET FOR PROPER INSULATION. WASH THE CONDENSER COILS WITH WATER EACH TIME ONSITE. INSPECT AND CLEAN THE FAN BLADES AND HOUSING. CHECK REFRIGERANT PRESSURES AND OPERATING PARAMETERS. INSPECT ALL ELECTRICAL CONNECTIONS, CONTACTORS AND RELAYS. VERIFY PROPER OPERATION OF THE COMPRESSORS. RECORD RUNNING AMPS, VOLTAGE, AND PRESSURES. AIR HANDLERS REMOVE AND REPLACE AIR FILTERS. REMOVE AND WASH FILTERS WHEN APPLICABLE. VERIFY PROPER OPERATION OF CONDENSATE PUMPS. CLEAN EVAPORATOR COIL SURFACE WITH A BRUSH. CONFIRM PROPER OPERATION OF THE INDOOR FAN MOTOR AND WHEEL. INSPECT AND CLEAN DRAIN PANS, FLUSH DRAIN LINES WITH CO2 WHEN NECESSARY. CONFIRM PROPER OPERATION OF ELECTRONIC EXPANSION VALVES. BRANCH SELECTOR INSPECT REFRIGERANT PIPING FOR SIGNS OF LEAKS VERIFY SOLENOID OPERATION THROUGH SWITCHING FUNCTION AT THE CONTROLLER. CONTROLLER CONFIRM PROPER OPERATION OF SYSTEM CONTROLLERS. 5 Harbor Bointe �"`flEioni�J Ni Ciintrnf St)>WPt, NOTATE ANY ALARMS OR FAULT CODES. CONFIRM PROPER OPERATION FROM CONTROLLER TO AIR HANDLER. EXHAUSTFANS CONFIRM PROPER OPERATION OF BELT DRIVEN EXHAUST FANS. CHANGE BELT ANNUALLY. INSPECT PULLIES AND BEARINGS FOR SIGNS OF WEAR. GREASE BEARINGS EACH VISIT. CONFIRM PROPER OPERATION OF ELECTRICAL SWITCHES. WIPE OUT INTERIOR OF THE MOTOR COMPARTMENT. Harbor Pointe t, Con tIOf Sill CITY OF NEWPORT BEACH JOB LOCATION: CITY OF NEWPORT BEACH - OASIS SENIOR CENTER 801 NARCISSUS AVE CORNA DEL MAR, CA 92625 JOB SUBJECT: PREFROM QUARTERLY HVAC MAINTENANCE EQUIPMENT LISTED: ROOF TOP HVAC PACKAGE UNITS OASIS SENIOR CENTER MODEL UNIT ID MANUFACTURER BUILDING SERVICE LOCATION VOLTAGE FITNESS DANCE / EXERCISE 208 VOLTAGE / AC1 CARRIER 48PG14 CENTER ROOM 3PHASE FITNESS WELLNESS FITNESS 208 VOLTAGE / AC2 CARRIER 48PG08 CENTER CENTER SOUTH 3 PHASE FITNESS WELLNESS FITNESS 208 VOLTAGE / AC3 CARRIER 48PG08 CENTER CENTER NORTH 3 PHASE EVENT KITCHEN AND 208 VOLTAGE / AC4 CARRIER 48PG08 CENTER RESTROOMS 3PHASE EVENT FACILITIES RR'S AND 208 VOLTAGE / AC5 CARRIER 48PG03 CENTER STORAGE 1PHASE EVENT PLATFORM AND 208 VOLTAGE / AC6 CARRIER 48PG05 CENTER STORAGE 1PHASE 1 arbor Painte �"`�iiio <i�� rb L i�nlrnl tit�> EVENT MAIN EVENT ROOM 208 VOLTAGE / AC7 CARRIER 48PG14 CENTER NORTH 3PHASE EVENT MAIN EVENT ROOM 208 VOLTAGE / AC8 CARRIER 48PG06 CENTER SOUTH EAST 1PHASE EVENT MAIN EVENT ROOM 208 VOLTAGE / AC9 CARRIER 48PG06 CENTER SOUTH WEST 1PHASE INDOOR SPLIT SYSTEM FAN COIL UNIT MODEL UNIT ID MANUFACTURER BUILDING AREA SERVED VOLTAGE FX4C OASIS SENIOR MEETING 208 VOLTAGE / SFC-1 CARRIER 060 CENTER / ADMIN ROOM A 1PHASE FX4C OASIS SENIOR FAMILY ROOM 208 VOLTAGE / SFC-2 CARRIER 030 CENTER / ADMIN LOBBY 1PHASE FX4C OASIS SENIOR COMPUTER 208 VOLTAGE / SFC-3 CARRIER 036 CENTER / ADMIN ROOM 1PHASE FX4C OASIS SENIOR FAMILY ROOM 208 VOLTAGE / SFC-4 CARRIER 030 CENTER/ADMIN LOBBY 1PHASE FX4C OASIS SENIOR OFFICES / 208 VOLTAGE / SFC-5 CARRIER 024 CENTER/ADMIN LOBBY 1PHASE FX4C OASIS SENIOR 208 VOLTAGE / SFC-6 CARRIER OFFICES 018 CENTER / ADMIN 1PHASE FX4C OASIS SENIOR 208 VOLTAGE / SFC-7 CARRIER OFFICES 018 CENTER/ADMIN 1PHASE FX4C OASIS SENIOR 208 VOLTAGE / SFC-8 CARRIER OFFICES 018 CENTER/ADMIN 1PHASE FX4C OASIS SENIOR OFFICES / 208 VOLTAGE / SFC-9 CARRIER 024 CENTER/ADMIN LOBBY 1PHASE FX4C OASIS SENIOR OFFICES / 208 VOLTAGE / SFC-10 CARRIER 024 CENTER/ADMIN LOBBY 1PHASE FX4C OASIS SENIOR OFFICES / 208 VOLTAGE / SFC-11 CARRIER 024 CENTER / ADMIN LOBBY 1PHASE FX4C OASIS SENIOR FAMILY ROOM 208 VOLTAGE / SFC-12 CARRIER 030 CENTER / ADMIN LOBBY 1PHASE FX4C OASIS SENIOR OFFICES / 208 VOLTAGE / SFC-13 CARRIER 024 CENTER / ADMIN LOBBY 1PHASE 2 Harbor Pointe, �"f4ioniry c7 Cbnlr'nl $l�� FX4C OASIS SENIOR 208 VOLTAGE / SFC-14 CARRIER OFFICES 018 CENTER / ADMIN 1 PHASE FX4C OASIS SENIOR 208 VOLTAGE / SFC-15 CARRIER OFFICES 018 CENTER / ADMIN 1 PHASE OUTDOOR SPLIT SYSTEM CONDENSER UNIT MODEL UNIT ID MANUFACTURER BUILDING AREA SERVED VOLTAGE 38QRR OASIS SENIOR MEETING 208 VOLTAGE SHP-1 CARRIER 060 CENTER/ADMIN ROOM A / 1 PHASE 38QRR OASIS SENIOR FAMILY ROOM 208 VOLTAGE SHP-2 CARRIER 030 CENTER / ADMIN LOBBY / 1 PHASE 38QRR OASIS SENIOR COMPUTER 208 VOLTAGE SHP-3 CARRIER O60 CENTER / ADMIN ROOM / 1 PHASE 38QRR OASIS SENIOR FAMILY ROOM 208 VOLTAGE SHP-4 CARRIER 030 CENTER / ADMIN LOBBY / 1 PHASE 38QRR OASIS SENIOR OFFICES / 208 VOLTAGE SHP-5 CARRIER 024 CENTER / ADMIN LOBBY / 1 PHASE 38QRR OASIS SENIOR 208 VOLTAGE SHP-6 CARRIER OFFICES 018 CENTER / ADMIN / 1 PHASE 38QRR OASIS SENIOR 208 VOLTAGE SHP-7 CARRIER OFFICES 018 CENTER / ADMIN / 1 PHASE 38QRR OASIS SENIOR 208 VOLTAGE SHP-8 CARRIER OFFICES 018 CENTER/ADMIN /1PHASE 38QRR OASIS SENIOR OFFICES / 208 VOLTAGE SHP-9 CARRIER 024 CENTER / ADMIN LOBBY / 1 PHASE 38QRR OASIS SENIOR OFFICES / 208 VOLTAGE SHP-10 CARRIER 024 CENTER / ADMIN LOBBY / 1 PHASE 38QRR OASIS SENIOR OFFICES / 208 VOLTAGE SHP-11 CARRIER 024 CENTER/ADMIN LOBBY /1PHASE 38QRR OASIS SENIOR FAMILY ROOM 208 VOLTAGE SHP-12 CARRIER 030 CENTER / ADMIN LOBBY / 1 PHASE 38QRR OASIS SENIOR OFFICES / 208 VOLTAGE SHP-13 CARRIER 024 CENTER / ADMIN LOBBY / 1 PHASE 3 Ai7bor Pointe, '��rt�w+r.J rr cbnua( J _ 38QRR OASIS SENIOR 208 VOLTAGE SHP-14 CARRIER OFFICES 018 CENTER / ADMIN / 1 PHASE 38QRR OASIS SENIOR 208 VOLTAGE SHP-15 CARRIER OFFICES 018 CENTER / ADMIN / 1 PHASE INDOO R HEAT PUMP FAN COIL UNITS (VRFZ) MANUFACTURE BUILDIN AREA MANUFACTURE VOLTAG UNIT ID MODEL # MODEL # R G SERVED R E OASIS 208 PDFY- SENIOR SFC 16- STAFF FSXQ18MVJ VOLTAG MITSUBISHI P18NMHU CENTER DAIKIN 1 LOUNGE U E / 1 -E / CLASS PHASE ROOM OASIS 208 08 2VOLTAG PDFY- SENIOR MEETIN SFC 16- SF FXSQ24MVJ MITSUBISHI P24NMHU CENTER G ROOM DAIKIN U E / 1 -E / CLASS B PHASE ROOM OASIS 08 208 2VOLTAG PDFY- SENIOR MEETIN SF SFC 16- FXSQ24MVJ MITSUBISHI P24NMHU CENTER G ROOM DAIKIN U E / 1 -E / CLASS B PHASE ROOM OASIS 208 208 PDFY- SENIOR MEETIN SFC 16- FXSQ24MVJ VOLTAG MITSUBISHI P24NMHU CENTER G ROOM DAIKIN 3A U E / 1 -E / CLASS C PHASE ROOM OASIS 208 208 PDFY- SENIOR MEETIN SFC 16- FXSQ24MVJ VOLTAG MITSUBISHI P24NMHU CENTER G ROOM DAIKIN 3B U E / 1 -E / CLASS C PHASE ROOM SFC 16- PDFY- OASIS MEETIN FXSQ24MVJ 208 MITSUBISHI DAIKIN 4A P24NMHU SENIOR G ROOM U VOLTAG 4 6�i� bor I D nte r"`fr/ir�rriry t'7 Ciinli'�� S�f� -E CENTER D E/1 /CLASS PHASE ROOM OASIS PDFY- SENIOR MEETIN 16- FXSQ24MVJ VOLTAG MITSUBISHI P24NMHU CENTER G ROOM DAIKIN 4B U -E /CLASS D PHASE ROOM OASIS PDFY- SENIOR MEETIN SFC 16- FXSQ24MVJ O VOLTAG MITSUBISHI P24NMHU CENTER G ROOM DAIKIN 5A U E/1 -E / CLASS E PHASE ROOM OASIS 208 PDFY- SENIOR MEETIN SFC 16- FXSQ24MVJ VOLTAG MITSUBISHI P24NMHU CENTER G ROOM DAIKIN 5B U E/1 -E / CLASS E PHASE ROOM OASIS PDFY- SENIOR MEETIN SFC 16- FXSQ24MVJ O VOLTAG MITSUBISHI P24NMHU CENTER G ROOM DAIKIN 6A U -E /CLASS F PHASE PH ROOM OASIS 208 PDFY- SENIOR MEETIN SFC 16- FXSQ24MVJ VOLTAG MITSUBISHI P24NMHU CENTER G ROOM DAIKIN 68 U E/1 -E / CLASS F PHASE ROOM FITNESS 208 PDFY- SFC 17- CENTER ART FXSQ36MVJ VOLTAG MITSUBISHI P36NMHU DAIKIN 1A /CLASS CENTER U E/1 E ROOM PHASE FITNESS 208 PDFY- SFC 17- CENTER ART FXSQ36MVJ VOLTAG MITSUBISHI P36NMHU DAIKIN 1B /CLASS CENTER U E/1 -E ROOM PHASE FITNESS 208 PDFY- MEETIN SFC 17- CENTER FXSQ24MVJ VOLTAG MITSUBISHI P24NMHU G ROOM DAIKIN 2A /CLASS U E/1 E G ROOM PHASE PDFY- FITNESS MEETIN 208 SFC 17- FXSQ24MVJ MITSUBISHI P24NMHU CENTER G ROOM DAIKIN VOLTAG 2B U -E / CLASS G E / 1 v rambor mte ROOM FITNESS PDFY- MEETIN SFC 17- CENTER MITSUBISHI P24NMHU G ROOM DAIKIN 3A / CLASS E H ROOM FITNESS PDFY- MEETIN SFC 17- CENTER MITSUBISHI P24NMHU G ROOM DAIKIN 3B / CLASS E H ROOM SPLIT SYSTEM OUTDOOR HEAT PUMP CONDENSER (V RFZ) UNIT ID SHP 16 SHP17 SUPPLY AND EXHAUST FANS UNIT ID EF-1 EF-2 EF-3 PHASE 208 FXSQ24MVJ VOLTAG U E/1 PHASE 208 FXSQ24MVJ VOLTAG U E/1 PHASE MANUFACTURER MODEL BUILDING MANUFACTURER MODEL # VOLTAGE 208 MITSUBISHI PUHY- FITNESS DAIKIN RXYQ216PTJU VOLTAGE P204 CENTER MITSUBISHI PUHY- FITNESS DAIKIN P144 CENTER MODEL MANUFACTURER AREA SERVED TYPE 120 ROOM 128, 130, UPBLAST COOK ACRUB JANITOR 129 CENTRIFIGAL DOWNBLAST COOK 70ACEB ROOM 137 & 138 CENTRIFIGAL DOWNBLAST COOK 60 ACEB JANITOR 150 CENTRIFIGAL / 3 PHASE 208 RXYQ144PTJU VOLTAGE / 3 PHASE HP VOLTAGE MOTOR 120 1/6 VOLTAGE / 1 PHASE 120 1/6 VOLTAGE / 1 PHASE 120 1/6 VOLTAGE/1 6 Harbor Pointe, rLn, cow n e ,,I PHASE 120 135 WELLNESS UPBLAST EF-4 COOK 1/6 VOLTAGE / 1 ACRUB CENTER RR'S CENTRIFIGAL PHASE 120 80 DOWNBLAST EF-5 COOK ELECTRICAL 156 1/6 VOLTAGE/1 ACRUB CENTRIFIGAL PHASE 120 120 UPBLAST EF-6 COOK RR'S 165 & 166 116 VOLTAGE / 1 ACRUB CENTRIFIGAL PHASE 120 80 DOWNBLAST EF-7 COOK ELECTRICAL 173 1/6 VOLTAGE/1 ACRUB CENTRIFIGAL CENTRIFIGAL PHASE 120 80 JANITOR 170, RR DOWNBLAST EF-8 COOK 1/6 VOLTAGE/1 ACRUB 176, 177 CENTRIFIGAL PHASE 120 80 UPBLAST EF-9 COOK DISHWASHER 1/6 VOLTAGE/1 ACRUB CENTRIFIGAL PHASE 230 KEF-1 GREENHECK KITCHEN 2 VOLTAGE/3 CUBE CUBE CENTRIUPBLASFIGAL CENTRIFIGAL PHASE 120 90 ASP- ADMIN EAST TIERED SF-1 COOK 1/3 VOLTAGE / 1 T OUTDOOR AIR ROOFTOP PHASE 120 90 ASP- ADMIN WEST TIERED SF-2 COOK 1/6 VOLTAGE / 1 T OUTDOOR AIR ROOFTOP PHASE NOTE: HARBOR POINTE WILL SCHEDULE TO BE ONSITE AND ACCESS THE CLASSROOM AIR HANDLERS DURING TIMES OF NON OCCUPANCY TO AVOID DISRUPTIONS WITH PLANNED ACTIVITIES. SCOPE OF WORK: CONDENSERS 7 0 Harbor°gpo�.hite 'rrY inr�igy rb �bnLrol St�51t at' INSPECT PHYSICAL CONDITION OF THE CONDENSER FOR SIGNS OF OIL AROUND THE CONDENSER COILS OR COMPRESSORS. INSPECT REFRIGERANT LINE SET FOR PROPER INSULATION. WASH THE CONDENSER COILS WITH WATER EACH TIME ONSITE. INSPECT AND CLEAN THE FAN BLADES AND HOUSING. CHECK REFRIGERANT PRESSURES AND OPERATING PARAMETERS. INSPECT ALL ELECTRICAL CONNECTIONS, CONTACTORS AND RELAYS. VERIFY PROPER OPERATION OF THE COMPRESSORS. RECORD RUNNING AMPS, VOLTAGE, AND PRESSURES. AIR HANDLERS REMOVE AND REPLACE AIR FILTERS. REMOVE AND WASH FILTERS WHEN APPLICABLE. VERIFY PROPER OPERATION OF CONDENSATE PUMPS. CLEAN EVAPORATOR COIL SURFACE WITH A BRUSH. CONFIRM PROPER OPERATION OF THE INDOOR FAN MOTOR AND WHEEL. INSPECT AND CLEAN DRAIN PANS, FLUSH DRAIN LINES WITH CO2 WHEN NECESSARY. CONFIRM PROPER OPERATION OF ELECTRONIC EXPANSION VALVES. BRANCH SELECTOR INSPECT REFRIGERANT PIPING FOR SIGNS OF LEAKS VERIFY SOLENOID OPERATION THROUGH SWITCHING FUNCTION AT THE CONTROLLER. CONTROLLER CONFIRM PROPER OPERATION OF SYSTEM CONTROLLERS. NOTATE ANY ALARMS OR FAULT CODES. CONFIRM PROPER OPERATION FROM CONTROLLER TO AIR HANDLER. PACKAGE UNITS REPLACE FILTERS EACH QUARTER. INSPECT INDOOR BLOWER MOTOR, BEARINGS, BELT, AND PULLEY. LUBRICATE BEARINGS WITH GREASE AS NECESSARY. CHANGE BELT ANNUALLY. INSPECT EVAPORATOR COIL, CONDENSER COILS, AND COMPRESSOR FOR SIGNS OF OIL. Harb6o. r write + �rrcannvf _) COMFIRM COMPRESSOR OPERATION AND AMERAGE DRAW. CONFIRM PROPER OPERATION OF THE CONDENSER FAN MOTOR AND FAN BLADES. INSPECT ELECTRICAL CONNECTIONS, CONTACTORS, RELAYS, AND CAPACITORS. WASH CONDENSER COILS EACH QUARTER. CONFIRM CONDENSATE DRAIN LINES AND DRAIN PANS ARE CLEAR OF OBSTRUCTIONS. VERIFY THERMOSTAT OPERATIONS. CONFIRM SUPPLY AND RETURN AIR TEMPERATURE AT THE REGISTERS. EXHAUSTFANS CONFIRM PROPER OPERATION OF BELT DRIVEN EXHAUST FANS. CHANGE BELT ANNUALLY. INSPECT PULLIES AND BEARINGS FOR SIGNS OF WEAR. GREASE BEARINGS EACH VISIT. CONFIRM PROPER OPERATION OF ELECTRICAL SWITCHES. WIPE OUT INTERIOR OF THE MOTOR COMPARTMENT. CITY OF NEWPORT BEACH Site: NEWPORT COAST COMMUNITY CENTER JOB LOCATION: CITY OF NEWPORT BEACH - NEWPORT COAST COMMUNITY CENTER 6401 SAN JOAQUIN HILLS ROAD NEWPORT BEACH, CA 92657 JOB SUBJECT: PERFORM QUARTERLY HVAC MAINTENANCE EQUIPMENT LISTED: ROOFTOP PACKAGE UNITS UNIT ID MANUFACTURER MODEL # TONNAGE AREA SERVED VOLTAGE VOLTAGE 3 AC1 CARRIER 48PGDO07 6 LOBBY PH PHASE COMMUNICATION ROOM 208 VOLTAGE 3 AC2 CARRIER 48PGD007 6 1A& 1B PHASE VOLTAGE 3 AC3 CARRIER 48PGDO28 25 GYMNASIUM PHASE PH VOLTAGE 3 AC4 CARRIER 48PGDO28 25 GYMNASIUM PH PHASE VOLTAGE 3 AC5 CARRIER 48PGDO06 5 GALLERY PH PHASE COMMUNICATION ROOM 208 VOLTAGE 3 AC6 CARRIER 48PGD006 5 #2 PHASE 1 .91�rrarbor ointe "`rlia�«�i rr CanLin�S'J' AC7 CARRIER 48PGD006 5 COMMUNICATION ROOM 208 VOLTAGE 3 #3 PHASE AC8 CARRIER 48PGDO05 4 PLATFORM C121 PH VOLTAGE 3 PHASE EXHAUST FANS MODEL UNIT ID MANUFACTURER DRIVE AREA SERVED LOCATION VOLTAGE 120- RESTROOM C112 & GYM ROOF 120 VOLT / 1 EF1 COOK BELT ACEB C114 TOP PHASE 80 GYM ROOF 120 VOLT / 1 EF2 COOK BELT WARMING KITCHEN ACEB TOP PHASE 120 VOLT / 1 EF3 COOK GC-120 DIRECT STORAGE C103 CEILING PHASE MECH EQUIPMENT 120 VOLT / 1 EF4 COOK GC-140 DIRECT CEILING ROOM C104 PHASE 120 VOLT / 1 EF5 COOK GC-420 DIRECT ELECTRICAL C106 CEILING PHASE 120 VOLT / 1 EF6 COOK GC-140 DIRECT STORAGE C106A CEILING PHASE 80 GYM ROOF 120 VOLT / 1 EF7 COOK BELT PLATFORM C121 ACEB TOP PHASE SPLIT SYSTEM FAN COIL UNIT ID FC1 FC2 SPLIT SYSTEM CONDENSER UNIT ID CU1 CU2 MANUFACTURER MODEL # LOCATION VOLTAGE CARRIER 40QNE-009 OFFICE C102 115 VOLT / 1 PHASE CARRIER 40QNB-012 OFFICE C105 115 VOLT / 1 PHASE MANUFACTURER MODEL# LOCATION VOLTAGE CARRIER 38BK-009 GYM ROOF 208 VOLT / 1 PHASE MITSUBISHI 38AN-012-1 GYM ROOF 208 VOLT / 1 PHASE 2 n Harbor Po m-te SCOPE OF WORK: CONDENSERS INSPECT PHYSICAL CONDITION OF THE CONDENSER FOR SIGNS OF OIL AROUND THE CONDENSER COILS OR COMPRESSORS. INSPECT REFRIGERANT LINE SET FOR PROPER INSULATION. WASH THE CONDENSER COILS WITH WATER EACH TIME ONSITE. INSPECT AND CLEAN THE FAN BLADES AND HOUSING. CHECK REFRIGERANT PRESSURES AND OPERATING PARAMETERS. INSPECT ALL ELECTRICAL CONNECTIONS, CONTACTORS AND RELAYS. VERIFY PROPER OPERATION OF THE COMPRESSORS. RECORD RUNNING AMPS, VOLTAGE, AND PRESSURES. AIR HANDLERS REMOVE AND REPLACE AIR FILTERS. REMOVE AND WASH FILTERS WHEN APPLICABLE. VERIFY PROPER OPERATION OF CONDENSATE PUMPS. CLEAN EVAPORATOR COIL SURFACE WITH A BRUSH. CONFIRM PROPER OPERATION OF THE INDOOR FAN MOTOR AND WHEEL. INSPECT AND CLEAN DRAIN PANS, FLUSH DRAIN LINES WITH CO2 WHEN NECESSARY. CONFIRM PROPER OPERATION OF ELECTRONIC EXPANSION VALVES. PACKAGE UNITS REPLACE FILTERS EACH QUARTER. INSPECT INDOOR BLOWER MOTOR, BEARINGS, BELT, AND PULLEY. LUBRICATE BEARINGS WITH GREASE AS NECESSARY. CHANGE BELT ANNUALLY. INSPECT EVAPORATOR COIL, CONDENSER COILS, AND COMPRESSOR FOR SIGNS OF OIL. COMFIRM COMPRESSOR OPERATION AND AMERAGE DRAW. CONFIRM PROPER OPERATION OF THE CONDENSER FAN MOTOR AND FAN BLADES. INSPECT ELECTRICAL CONNECTIONS, CONTACTORS, RELAYS, AND CAPACITORS. V Harbor t�111c, ���iy�tioniiy r7 �nntr'o� Ct�� WASH CONDENSER COILS EACH QUARTER. CONFIRM CONDENSATE DRAIN LINES AND DRAIN PANS ARE CLEAR OF OBSTRUCTIONS. VERIFY THERMOSTAT OPERATIONS. CONFIRM SUPPLY AND RETURN AIR TEMPERATURE AT THE REGISTERS. EXHAUSTFANS CONFIRM PROPER OPERATION OF BELT DRIVEN EXHAUST FANS. CHANGE BELT ANNUALLY. INSPECT PULLIES AND BEARINGS FOR SIGNS OF WEAR. GREASE BEARINGS EACH VISIT. CONFIRM PROPER OPERATION OF ELECTRICAL SWITCHES. Harbor Pointe, '�`f�iorrirrq r T Co" trot CITY OF NEWPORT BEACH Site: COMMUNITY YOUTH CENTER JOB LOCATION: CITY OF NEWPORT BEACH - COMMUNITY YOUTH CENTER 3000 5TH AVE NEWPORT BEACH, CA 92625 EQUIPMENT LISTED: (5) AIR HANDLERS (5) CONDENSERS (1) ROOF TOP EXHAUST FAN JOB SUBJECT: PERFORM QUARTERLY HVAC MAINTENANCE SCOPE OF WORK: CONDENSERS INSPECT PHYSICAL CONDITION OF THE CONDENSER FOR SIGNS OF OIL AROUND THE CONDENSER COILS OR COMPRESSORS. INSPECT REFRIGERANT LINE SET FOR PROPER INSULATION. WASH THE CONDENSER COILS WITH WATER EACH TIME ONSITE. INSPECT AND CLEAN THE FAN BLADES AND HOUSING. CHECK REFRIGERANT PRESSURES AND OPERATING PARAMETERS. INSPECT ALL ELECTRICAL CONNECTIONS, CONTACTORS AND RELAYS. 1 Harbor Pointe VERIFY PROPER OPERATION OF THE COMPRESSORS. RECORD RUNNING AMPS, VOLTAGE, AND PRESSURES. AIR HANDLERS REMOVE AND REPLACE AIR FILTERS. REMOVE AND WASH FILTERS WHEN APPLICABLE. VERIFY PROPER OPERATION OF CONDENSATE PUMPS. CLEAN EVAPORATOR COIL SURFACE WITH A BRUSH. CONFIRM PROPER OPERATION OF THE INDOOR FAN MOTOR AND WHEEL. INSPECT AND CLEAN DRAIN PANS, FLUSH DRAIN LINES WITH CO2 WHEN NECESSARY. CONFIRM PROPER OPERATION OF ELECTRONIC EXPANSION VALVES. EXHAUST FANS CONFIRM PROPER OPERATION OF BELT DRIVEN EXHAUST FANS. CHANGE BELT ANNUALLY. INSPECT PULLIES AND BEARINGS FOR SIGNS OF WEAR. GREASE BEARINGS EACH VISIT. CONFIRM PROPER OPERATION OF ELECTRICAL SWITCHES. WIPE OUT INTERIOR OF THE MOTOR COMPARTMENT. z HarborPo te, �irli�iunii� rr i it n t N I /St)> { ` tt5 CITY OF NEWPORT BEACH Site: CLIFF DRIVE COMMUNITY CENTER JOB LOCATION: CITY OF NEWPORT BEACH - CLIFF DRIVE COMMUNITY CENTER 301 RIVERSIDE AVE NEWPORT BEACH, CA 92663 JOB SUBJECT: PERFORM QUARTERLY HVAC MAINTENANCE EQUIPMENT LISTED: LOCATION OUTSIDE CONDENER INSIDE DUCTLESS FAN COIL SCOPE OF WORK: MANUFACTURER MODEL # MITSUBISHI MITSUBISHI :D SERIAL # :w PKA-A36KA7 14MO2327 CONDENSERS INSPECT PHYSICAL CONDITION OF THE CONDENSER FOR SIGNS OF OIL AROUND THE CONDENSER COILS OR COMPRESSORS. 1 Hart �0'r-TO inte rr"�iH�niry rb Cine Vol tiT INSPECT REFRIGERANT LINE SET FOR PROPER INSULATION. WASH THE CONDENSER COILS WITH WATER EACH TIME ONSITE. INSPECT AND CLEAN THE FAN BLADES AND HOUSING. CHECK REFRIGERANT PRESSURES AND OPERATING PARAMETERS. INSPECT ALL ELECTRICAL CONNECTIONS, CONTACTORS AND RELAYS. VERIFY PROPER OPERATION OF THE COMPRESSORS. RECORD RUNNING AMPS, VOLTAGE, AND PRESSURES. AIR HANDLERS REMOVE AND REPLACE AIR FILTERS. REMOVE AND WASH FILTERS WHEN APPLICABLE. VERIFY PROPER OPERATION OF CONDENSATE PUMPS. CLEAN EVAPORATOR COIL SURFACE WITH A BRUSH. CONFIRM PROPER OPERATION OF THE INDOOR FAN MOTOR AND WHEEL. INSPECT AND CLEAN DRAIN PANS, FLUSH DRAIN LINES WITH CO2 WHEN NECESSARY. CONFIRM PROPER OPERATION OF ELECTRONIC EXPANSION VALVES. 2 Harb,"or I �1� 4te' n��`r�tro�iiny rb Cnntro� jt�'t� CITY OF NEWPORT BEACH JOB LOCATION: CITY OF NEWPORT BEACH - THEATER ARTS CENTER 2501 CLIFF DR. NEWPORT BEACH, CA 92663 JOB SUBJECT: PERFORM QUARTERLY HVAC MAINTENANCE EQUIPMENT LISTED: (3) AIR HANDLERS (3) CONDENSERS (1) ROOF TOP PACKAHE UNIT (1) ROOF TOP EXHAUST FAN LOCATION DOWN STAIRS MECHANICAL ROOM AIR HANDLERS AIR HANDLERS GROUND LEVEL OUTSIDE CONDENSER CONDENSER MANUFACTURER MODEL# CARRIER 58CTX045-12 N4H348AKE100 N4H348AKF200 THEATER ARTS CENTER SERIAL # 2007A15373 E110415032 E144219597 1 Harbor 1point nlU►Mole] :Wg11MIaa20101N ROOF TOP PACKAGE UNIT BDP 655ANX036000AAAF 2499G43394 ROOF TOP EXHAUST FAN (D/D) ROOF TOP CONDENSER SCOPE OF WORK: CONDENSERS INSPECT PHYSICAL CONDITION OF THE CONDENSER FOR SIGNS OF OIL AROUND THE CONDENSER COILS OR COMPRESSORS. INSPECT REFRIGERANT LINE SET FOR PROPER INSULATION. WASH THE CONDENSER COILS WITH WATER EACH TIME ONSITE. INSPECT AND CLEAN THE FAN BLADES AND HOUSING. CHECK REFRIGERANT PRESSURES AND OPERATING PARAMETERS. INSPECT ALL ELECTRICAL CONNECTIONS, CONTACTORS AND RELAYS. VERIFY PROPER OPERATION OF THE COMPRESSORS. RECORD RUNNING AMPS, VOLTAGE, AND PRESSURES. AIR HANDLERS REMOVE AND REPLACE AIR FILTERS. REMOVE AND WASH FILTERS WHEN APPLICABLE. VERIFY PROPER OPERATION OF CONDENSATE PUMPS. CLEAN EVAPORATOR COIL SURFACE WITH A BRUSH. CONFIRM PROPER OPERATION OF THE INDOOR FAN MOTOR AND WHEEL. INSPECT AND CLEAN DRAIN PANS, FLUSH DRAIN LINES WITH CO2 WHEN NECESSARY. CONFIRM PROPER OPERATION OF ELECTRONIC EXPANSION VALVES. PACKAGE UNITS REPLACE FILTERS EACH QUARTER. INSPECT INDOOR BLOWER MOTOR, BEARINGS, BELT, AND PULLEY. 2 TiHarbor PO m"te LUBRICATE BEARINGS WITH GREASE AS NECESSARY. CHANGE BELT ANNUALLY. INSPECT EVAPORATOR COIL, CONDENSER COILS, AND COMPRESSOR FOR SIGNS OF OIL. COMFIRM COMPRESSOR OPERATION AND AMERAGE DRAW. CONFIRM PROPER OPERATION OF THE CONDENSER FAN MOTOR AND FAN BLADES. INSPECT ELECTRICAL CONNECTIONS, CONTACTORS, RELAYS, AND CAPACITORS. WASH CONDENSER COILS EACH QUARTER. CONFIRM CONDENSATE DRAIN LINES AND DRAIN PANS ARE CLEAR OF OBSTRUCTIONS. VERIFY THERMOSTAT OPERATIONS. CONFIRM SUPPLY AND RETURN AIR TEMPERATURE AT THE REGISTERS. EXHAUSTFANS CONFIRM PROPER OPERATION OF BELT DRIVEN EXHAUST FANS. CHANGE BELT ANNUALLY. INSPECT PULLIES AND BEARINGS FOR SIGNS OF WEAR. GREASE BEARINGS EACH VISIT. CONFIRM PROPER OPERATION OF ELECTRICAL SWITCHES. WIPE OUT INTERIOR OF THE MOTOR COMPARTMENT. 3 u Harbor Pomo tl e, '4l tiarrir� rb i i�ntiv[ ti�)> CITY OF NEWPORT BEACH JOB LOCATION: CITY OF NEWPORT BEACH - CARROLL BEEK CENTER 115 AGATE AVE NEWPORT BEACH, CA 92662 Site: CARROLL BEEK CENTER JOB SUBJECT: PERFORM QUARTERLY HVAC MAINTENANCE EQUIPMENT LISTED: LOCATION MANUFACTURER MODEL# SERIAL# CRAWL SPACE ABOVE KITCHEN AIR HANDLER ROOF TOP CONDENSER INTERNATIONAL COMFORT PRODUCTS N4A636GKA101 E154018498 EXHAUST FAN (BELT DRIVEN) SCOPE OF WORK: CONDENSERS 1 �e`frir nq �>innl Nl y�)>tit INSPECT PHYSICAL CONDITION OF THE CONDENSER FOR SIGNS OF OIL AROUND THE CONDENSER COILS OR COMPRESSORS. INSPECT REFRIGERANT LINE SET FOR PROPER INSULATION. WASH THE CONDENSER COILS WITH WATER EACH TIME ONSITE. INSPECT AND CLEAN THE FAN BLADES AND HOUSING. CHECK REFRIGERANT PRESSURES AND OPERATING PARAMETERS. INSPECT ALL ELECTRICAL CONNECTIONS, CONTACTORS AND RELAYS. VERIFY PROPER OPERATION OF THE COMPRESSORS. RECORD RUNNING AMPS, VOLTAGE, AND PRESSURES. AIR HANDLERS REMOVE AND REPLACE AIR FILTERS. REMOVE AND WASH FILTERS WHEN APPLICABLE. VERIFY PROPER OPERATION OF CONDENSATE PUMPS. CLEAN EVAPORATOR COIL SURFACE WITH A BRUSH. CONFIRM PROPER OPERATION OF THE INDOOR FAN MOTOR AND WHEEL. INSPECT AND CLEAN DRAIN PANS, FLUSH DRAIN LINES WITH CO2 WHEN NECESSARY. CONFIRM PROPER OPERATION OF ELECTRONIC EXPANSION VALVES. EXHAUSTFANS CONFIRM PROPER OPERATION OF BELT DRIVEN EXHAUST FANS. CHANGE BELT ANNUALLY. INSPECT PULLIES AND BEARINGS FOR SIGNS OF WEAR. GREASE BEARINGS EACH VISIT. CONFIRM PROPER OPERATION OF ELECTRICAL SWITCHES. WIPE OUT INTERIOR OF THE MOTOR COMPARTMENT. /,��/f/ jam( a((�'`j�'l /y ./�/p ("j�'1F} V(jjjl+ry/ U"`f�lio�ii� y rb C'a n uv f J\)= CITY OF NEWPORT BEACH JOB LOCATION: CITY OF NEWPORT BEACH - BONITA CREEK CENTER 3010 LA VIDA NEWPORT BEACH, CA 92660 Site: BONITA CREEK COMMUNITY CENTER JOB SUBJECT: PERFORM QUARTERLY HVAC MAINTENANCE EQUIPMENT LISTED: LOCATION MANUFACTURER MODEL # SERIAL # GROUND LEVEL CONDENSER BLUERIDGE BM30Yl8C FAN COIL (DUCTLESS) BLUERIDGE BM30Yl8WM INDOOR CLOSET (FURNANCE) RHEEM ROOFTOP CONDENSER FUJITSU FAN COIL (DUCTLESS) FUJITSU AOU12RQ BPNO05374 1 Harbor '6di/i ,�iirq r�r i'onl rt,� ��p SCOPE OF WORK: CONDENSERS INSPECT PHYSICAL CONDITION OF THE CONDENSER FOR SIGNS OF OIL AROUND THE CONDENSER COILS OR COMPRESSORS. INSPECT REFRIGERANT LINE SET FOR PROPER INSULATION. WASH THE CONDENSER COILS WITH WATER EACH TIME ONSITE. INSPECT AND CLEAN THE FAN BLADES AND HOUSING. CHECK REFRIGERANT PRESSURES AND OPERATING PARAMETERS. INSPECT ALL ELECTRICAL CONNECTIONS, CONTACTORS AND RELAYS. VERIFY PROPER OPERATION OF THE COMPRESSORS. RECORD RUNNING AMPS, VOLTAGE, AND PRESSURES. AIR HANDLERS REMOVE AND REPLACE AIR FILTERS. REMOVE AND WASH FILTERS WHEN APPLICABLE. VERIFY PROPER OPERATION OF CONDENSATE PUMPS. CLEAN EVAPORATOR COIL SURFACE WITH A BRUSH. CONFIRM PROPER OPERATION OF THE INDOOR FAN MOTOR AND WHEEL. INSPECT AND CLEAN DRAIN PANS, FLUSH DRAIN LINES WITH CO2 WHEN NECESSARY. CONFIRM PROPER OPERATION OF ELECTRONIC EXPANSION VALVES. EXHIBIT B SCHEDULE OF BILLING RATES HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC. Page B-1 COST FILE Section 1: Monthly/Quarterly Preventative Maintenance Pricing COSTFOR COSTFOR TOTAL ANNUAL CITY FACILITY ADDRESS MONTHLY QUARTERLY MAINTENANCE MAINTENANCE MAINTENANCE COST Corporation Yard 592 Superior Ave $1694.75 $6779.00 Utilities Yard 949 W. 16th St $2501.77 $10007.08 Back Bay Science 600 Shellmaker Rd $645.62 $2582.48 Police Dept. HQ 870 Santa Barbara $2897.02 $11588.08 Ave Animal Shelter 20282 Riverside Dr $322.81 $1291.24 Fire Station # 1 110 E Balboa Blvd $80.70 $322.80 Fire Station # 2 2807 Newport Blvd $1092.13 $13105.61 Fire Station # 3 868 Santa Barbara Dr $888.50 $3554.00 Fire Station # 4 124 Marine Ave $242.11 $968.44 Fire Station # 5 410 Marigold Ave $706.70 $2826.80 Fire Station # 6 1348 Irvine Ave $80.70 $322.80 Fire Station # 7 20401 SW Acacia St $651.49 $2605.98 Fire Station # 8 6502 Ridge Park Rd $570.79 $2283.17 Lifeguard HQ 70 Newport Pier $621.28 $7455.38 Jr Lifeguard Building 901 East Ocean Front $232.29 $2787.54 CDM Lifeguard 3029 Ocean Blvd $293.37 $3520.47 HQ Balboa Library 100 E Balboa Blvd $674.02 $2696.06 Corona Del Mar 410 Marigold Ave $800.57 $3202.27 Library COST FILE The Jetty Snack Shack 3029 Ocean Blvd $254.44 $1017.76 Marina Park 1600 W Balboa Blvd $7294.48 $29,177.92 Oasis Senior Center 801 Narcissus Ave $9338.98 $37,355.92 Newport Coast Community Center 6401 San Joaquin Hills Rd $3240.00 $12,960.00 Community Youth Center 3000 5th Ave $714.00 $2856.00 Cliff Drive Youth Center 301 Riverside Ave $242.67 $970.68 Newport Theater Arts Center 2501 Cliff Dr $726.82 $2907.28 Carroll Beek 115 Agate Ave $417.03 $1668.12 Bonita Creek Community Center 3010 La Vida $551.05 $2204.20 Police Dept. HQ R Refrigeration 870 Santa Barbara Ave $1433.77 $5735.08 Total for all Facilities $2,239.07 $36,970.79 $174,752.16 COST FILE Section 2: On -Call Repair Services Pricing *For purposes of the project costs score, on -call will be estimated at 100 hours annually UNIT MINIMUM HOURS COST Labor Charge 1 Hours $141.78 Per Hour After Hours Labor (To be used for work performed after 4:30 PM 2 Hours $212.67 Per Hour Monday— Thursday, after 3:30 PM on Fridays, and all of Sat., Sun., and holidays. Replacement Equipment, Parts, Materials, and Equipment Rentals Markup % 0 15 0 (Maximum 15%) CPI ADJUSTMENT: Billing rates may be given up to a 2% annual CPI increase upon the first anniversary of the contract and each anniversary thereafter. EXHIBIT C INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers and employees. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance and, if necessary, umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC. Page C-1 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers and employees or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers and employees shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation (except for nonpayment for which ten (10) calendar days notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC. Page C-2 require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Agreement Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. F. Self -insured Retentions. Any self -insured retentions must be declared to and approved by City. City reserves the right to require that self - insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these requirements unless approved by City. G. City Remedies for Non -Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Contractor's right to proceed HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC. Page C-3 until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC. Page C-4 .( W E Q o O LA U � I r�i co c � 0 a c o E c d � � c i rn ti c3 ■ CD C i E O e` �s le' CL a m w _o u1 O U < CL N C U C6 C k U 0 cu cn, c cl cm c ,O V u C O O CC V C fA _ i y C l sn CL i C.) i r° m N o a 0 p CI7 CI c c � E a a w a+ o C Z C T N c Z UJ V) a�a ni E C� ca n .C�+' CO Ei O q O O O {U N ca to v n AMENDMENT NO. TWO TO ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT WITH HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC. FOR ON -CALL HVAC MAINTENANCE AND REPAIR SERVICES THIS AMENDMENT NO. TWO TO ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. Two") is made and entered into as of this 6th day of May, 2025 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and HARBOR POINTE AIR CONDITIONING & CONTROL, a California corporation ("Contractor"), whose address is 720 South Richfield Road, Placentia, CA 92870, and is made with reference to the following: RECITALS A. On July 23, 2024, City and Contractor entered into an On -Call Maintenance/Repair Services Agreement (Contract No. C-9669-1) ("Agreement") to perform on -call HVAC maintenance and repair services for City ("Project"). B. On October 25, 2024, City and Contractor entered into Amendment No. One to the Agreement ("Amendment No. One") to reflect additional services not included in the Agreement, and to increase the total compensation. C. The parties desire to enter into this Amendment No. Two to reflect additional Services not included in the Agreement, as amended, and to replace Exhibit B Schedule of Billing Rates. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SERVICES TO BE PERFORMED Exhibit A to the Agreement shall be supplemented to include the Scope of Services, attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). Exhibit A to Amendment No. One and Exhibit A to this Amendment No. Two shall collectively be known as "Exhibit A." The City may elect to delete certain Services within the Scope of Services at its sole discretion. 2. COMPENSATION TO CONTRACTOR Exhibit B to Amendment One shall be deleted in its entirety and replaced with the Schedule of Billing Rates, attached hereto as Exhibit B and incorporated herein by reference. 3. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] Harbor Pointe Air Conditioning & Control Systems, Inc. Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. Two to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: <a�) A@r n C. Harp City Attorney ATTEST: �A Date: tt lv.a�do2 By: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California rpunicipal corporation Date: ':51-4 /40 ZS By: -,i,— Gr ce . Leung ity anager CONTRACTOR: HARBOR POINTE AIR CONDITIONING & CONTROL, a California corporation Date: Signed in Counterpart By: Gregory Howard Perez Chief Executive Officer Date: Signed in Counterpart By: Sammi Dee Perez Secretary, Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Harbor Pointe Air Conditioning & Control Systems, Inc. Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. Two to be executed on the dates written below. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, CITY ATTORNEY'S OFFICE a California municipal corporation Date: _ /1 /,< Date: By: (y ' \ By: taeon C. Harp �js Grace K. Leung ty Attorney 5�ja City Manager ATTEST: CONTRACTOR: HARBOR POINTE AIR Date: CONDITIONING & CONTROL, a Cal 'fornicl corporation Date:2 By: Leilani I. Brown Vao d ere - City Clerk Chief Ex cutiv fficer Date: Sarfimi Dee Perez Secretary, Chief Finan [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates ,0\%NING� �; •�Qow+rFs cot s Z :AUGUST 19 1993: f d0 ...qC /Fogo p' ••'�~ Harbor Pointe Air Conditioning & Control Systems, Inc. Page 3 EXHIBIT SCOPE OF SERVICES Harbor Pointe Air Conditioning & Control Systems, Inc. Page A-1 Scope of Work JOB LOCATION: The Jetty (Snack Shack) 3029 Ocean Blvd Corona Del Mar, Ca 92625 JOB SUBJECT: Provide Quarterly Exhaust Fan Maintenance JOB SUMMARY: Harbor Pointe performed an on -site assessment of the HVAC equipment serving the facility. EQUIPMENT COVERED: Manufacturer - Greenheck Model # N/A Serial # N/A WORK TO BE DONE: Coordinate time of workplace access. Isolate unit operations. Inspect motor, pullies, bearings, and belt for signs of failure. Change belts annually. Lubricate bearing with grease. Wipe out the interior of the fan with a rag. Log amp draw at the motor Confirm proper operation of fan controls within the Snack Shack. Clean up alljob related material. Check out with facility staff upon completion. JOB LOCATION: Balboa Library 100 East Balboa Ave Newport Beach, Ca 92661 JOB SUBJECT: Provide Quarterly HVAC Maintenance JOB SUMMARY: Harbor Pointe performed an on -site assessment of the HVAC equipment serving the facility. EQUIPMENT COVERED: Five (5) Condensers Five (5) Air Handlers Page 1 of 3 WORK TO BE DONE: Coordinate time of workplace access. Run check operations in both heating and cooling at the air handler. Clean evaporator coil of dirt and debris with a brush. Ensure the drain pan is clear and vacuum if necessary. Remove and replace filters. Inspect refrigerant lines and coils for signs of oil indicating a leak. Confirm amp draw of motors and compressors. Wash condenser coils. Clean up alljob related material. Check out with facility staff upon completion. JOB LOCATION: Corona Del Mar Library 410 Marigold Ave Corona Del Mar, CA 92625 JOB SUBJECT: Provide Quarterly HVAC Maintenance JOB SUMMARY: Harbor Pointe performed an on -site assessment of the HVAC equipment serving the facility. EQUIPMENT COVERED: Condensers Unit # Manufacturer Model # Area Served HP 1-1 CARRIER 25HHA418 Lobby 100 HP 1-2 CARRIER 25HHA460A Library 111 HP 1-3 CARRIER 25HHA448 Library 111 HP 1-4 CARRIER 38MAQB09 Workshop 109 HP 1-5 CARRIER 25HHA418 Workroom 115 CU 1-6 CARRIER 24AHA430 Tel/Com 101 Air Handlers Unit # Manufacturer Model # Area Served FC 1-1 CARRIER FX4DNF019 Lobby 100 FC 1-2 CARRIER FX4DNF061 Library 111 FC 1-3 CARRIER FX4DNF049 Library 111 FC 1-4 CARRIER 40MBQB09C Workshop 109 FC 1-5 CARRIER FX4DNF019 Workroom 115 FC 1-6 CARRIER 40MKCB28B Tel/Corn 101 Page 2 of 3 WORK TO BE DONE: Coordinate time of workplace access. Run check operations in both heating and cooling at the air handler. Clean evaporator coil of dirt and debris with a brush. Ensure the drain pan is clear and vacuum if necessary. Remove and replace filters. Inspect refrigerant lines and coils for signs of oil indicating a leak. Confirm amp draw of motors and compressors. Wash condenser coils. Clean up all job related material. Check out with facility staff upon completion. Page 3 of 3 EXHIBIT B SCHEDULE OF BILLING RATES Harbor Pointe Air Conditioning & Control Systems, Inc. Page B-1 COST FILE Section 1: Monthly/Quarterly Preventative Maintenance Pricing COSTFOR COSTFOR TOTAL ANNUAL CITY FACILITY ADDRESS MONTHLY MAINTENANCE QUARTERLY MAINTENANCE MAINTENANCE COST Corporation Yard 592 Superior Ave $ 1,661.52 $ 6,646.08 Utilities Yard 949 W. 16th St $ 2,452.72 $ 9,810.88 Back Bay 600 Shellmaker Rd $ 632.96 $ 2,531.84 Science Police Dept. HQ 870 Santa Barbara $ 2,840.22 $ 11,360.88 Ave Animal Shelter 20282 Riverside Dr $ 316.48 $ 1,265.92 Fire Station # 1 110 E Balboa Blvd $ 79.12 $ 316.48 Fire Station # 2 2807 Newport Blvd $ 1070,72 $ 12,848.64 Fire Station # 3 868 Santa Barbara Dr 08 $ 871.0 $ 3484.32 Fire Station # 4 124 Marine Ave $ 237.36 $ 949.44 Fire Station # 5 410 Marigold Ave $ 692.84 $ 2771.36 Fire Station # 6 1348 Irvine Ave $ 79.12 $ 316.48 Fire Station # 7 20401 SW Acacia St $ 638.72 $ 2554.88 Fire Station # 8 6502 Ridge Park Rd $ 559.60 $ 2238.40 Lifeguard HQ 70 Newport Pier $ 609.10 $ 7309.20 Jr Lifeguard 901 East Ocean Front $ 227.74 $ 2732.88 Building CDM Lifeguard 3029 Ocean Blvd $ 287.62 $ 3451.44 HQ 100 East Balboa Ave $ 660.80 $ 2,643.20 Balboa Library Corona Del Mar 410 Marigold Ave $ 784.87 $ 3,139.48 Library The Jetty (Snack 3029 Ocean Blvd $ 249.45 $ 997.80 Shack) COST FILE Total for all Facilities $ 2195.18 $ 12,756.86 $ 77,369.60 Section 2: On -Call Repair Services Pricing UNIT MINIMUM HOURS COST Labor Charge 1 Hours $ 139 Per Hour After Hours Labor (To be used for work performed after 4:30 PM 2 Hours $ 208.50 Per Hour Monday — Thursday, after 3:30 PM on Fridays, and all of Sat., Sun., and holidays. Replacement Equipment, Parts, Materials, and Equipment Rentals Markup % 15 % (Maximum 15%) CPI ADJUSTMENT: Billing rates may be given up to a 2% annual CPI increase upon the first anniversary of the contract and each anniversary thereafter. The City intends to award a five (5) year agreement term, subject to City Council approval. 1 AMENDMENT NO. ONE TO ' ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT V WITH HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC. FOR ON -CALL HVAC MAINTENANCE AND REPAIR SERVICES THIS AMENDMENT NO. ONE TO ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Amendment No. One") is made and entered into as of this 25th day of October, 2024 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City") and HARBOR POINTE AIR CONDITIONING & CONTROL, a California corporation ("Contractor"), whose address is 720 South Richfield Road, Placentia, CA 92870, and is made with reference to the following: RECITALS A. On July 23, 2024, City and Contractor entered into an On -Call Maintenance/Repair Services Agreement to perform on -call HVAC maintenance and repair services for City ("Project"). B. The parties desire to enter into this Amendment No. One to reflect additional Services not included in the Agreement, as amended, and to increase the total compensation. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SERVICES TO BE PERFORMED Exhibit A to the Agreement shall be deleted in its entirety and replaced with the Scope of Services, attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). The City may elect to delete certain Services within the Scope of Services at its sole discretion. 2. COMPENSATION TO CONTRACTOR Exhibit B to the Agreement shall be deleted in its entirety and replaced with the Schedule of Billing Rates, attached hereto as Exhibit B and incorporated herein by reference. "4.1 City shall pay Contractor for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and the Letter Proposal and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without the prior written approval of City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed Six Hundred Seventy Five Thousand Dollars and 00/100 ($675,000.00), without prior written amendment to the Agreement." The total amended compensation reflects Contractor's additional compensation for additional Services to be performed in accordance with this Amendment No. One, including all reimbursable items and subconsultant fees, in an amount not to exceed Seventy Five Thousand Dollars and 00/100 ($75,000.00). 3. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] Harbor Pointe Air Conditioning & Control Systems, Inc. Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: IIT ?2 ./? /) 7-1-1 CITY OF NEWPORT BEACH, a California municipal corporation Date: 10 Z By: b . By: Aa rod C. Harp I Gr c K. Leung City Attorney 'o% j� Manager y ATTEST: Date: l o %3 0 (20 2l By: .fof Lella'rfi I. Brown City Clerk o� 3 s gy��Fo nN�� CONTRACTOR: HARBOR POINTE AIR CONDITIONING & CONTROL, a California corporation Date: Signed in Counterpart By: Gregory Howard Perez Chief Executive Officer Date: Signed in Counterpart Sammi Dee Perez Secretary, Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Harbor Pointe Air Conditioning & Control Systems, Inc. Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 10_/ ?_3T2 c) -7 �j 1-1 Aaron C. Harp 0 "/'�' City Attorney �y ATTEST: Date: IN Leilani I. Brown City Clerk Attachments: CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Grace K. Leung City Manager CONTRACTOR: HARBOR POINTE AIR CONDITIONING & CONTROL, a California cT rpor tion Date: IO��Z y Gregor and Perez Chief Execu Officer Date: B 7UtX /ISi Dee Perez Secretary, Chief Financial [END OF SIGNATURES] Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates •�..•"q' % �?p\T10NING ''•, Q .- '? ORAT - . 0 Q; c, 9< • W. . O :AUGUST 19 1993 �Y S: % �bN �N� Harbor Pointe Air Conditioning & Control Systems, Inc. Page 3 EXHIBIT A SCOPE OF SERVICES Harbor Pointe Air Conditioning & Control Systems, Inc. Page A-1 Exhibit A Scope of Work Preventative Maintenance Equipment Covered: All equipment listed in Appendix A and any other HVAC equipment at City managed facility as requested by the City's project manager. Parts and Materials: All parts and materials for preventative maintenances must be new, unused, and will be supplied by the contractor and included in the proposed rates (e.g. filters, belts, lubricants, cleaners, etc.). Labor: Included shall be all labor to perform preventative maintenance services as described in this contract. Preventative Maintenance: Contractor shall provide preventative maintenance routines as scheduled in the Cost File on a monthly or quarterly basis. Contractor Supplied Equipment: All tools and equipment needed to complete preventative maintenance shall be supplied by the contractor and shall be covered in the proposed rates, (tools of the trade: e.g. vacuum pumps, gauges, recovery machines, hoses, ladders etc.). All specialty tools and rental equipment needed to perform preventative maintenance shall also be included in the proposed rates (e.g. scissor lifts, boom lifts, cranes etc.). Monthly or Quarterly Preventive maintenance, shall include but not be limited to: • Change and date air filters • Check reversing valve • Lubricate motor and shaft bearings as required (including lubricants) • Check anchor bolts • Check blower belts and replace if applicable • Check refrigerant level and recharge refrigerant and check cooling operation • Change belts, if applicable • Test for leaks • Check heating operation • Check rotation • Check all safety controls • Clean and remove excess oil and/or grease • Check main and pilot burners • Check for overload under full operation • Inspect for rust and wear • Check amperage and voltage on motors and compressors • Check, clean, and repair all drains, drip pan and drain connections • Check contactors and clean if necessary • Check for gas leaks • Lubricate all moving parts as required on fans and blowers • Check coils for leaks and clean each visit • Check oil level and pressure • Check head pressure • Check suction pressure • Verify thermostat schedule and function • Verify proper return and supply air temps. • All belt driven units shall have a spare belt left inside the unit. • Clean up all trash and debris, including old HVAC parts before leaving the area. • Contractor will provide a checklist for each unit inspected. • Complete any other preventative maintenance as recommended by the manufacturer. All invoices will be typed; no handwritten invoices will be accepted. Invoices shall also include the completed checklists or copies of checklists for all units of each facility inspected. On -Call Work Contractor shall provide on -call or as -needed repair services to the HVAC units listed in the equipment list and/or any other equipment requiring service/repairs, as requested by the City. Any services not provided as part of the monthly or quarterly maintenance visit will be treated as a service call. Service calls may result from recommended repairs identified through a preventative maintenance visit or through a request for service by the City. The City does not guarantee or imply any specific quantity of service call work during the contract term. • Call back is required within ninety (90) minutes after initial request from the City for on -call services. • Contractor must be available for same day response, including after hours, weekends, and holidays. • Contractor shall be available 24 hours a day, 7 days a week. • Contractor must be able to arrive within four (4) hours after initial call back. When the need for service arises, Contractor shall provide a written letter proposal (i.e. quote) for services including the following: • A detailed description of the services to be provided; • The position of each person assigned to perform the services; • The estimated number of hours and cost (including parts and material) to complete the services; and • The time needed to finish the specific project. No services shall be provided until the project manager has provided written acceptance of the quote for services. Once authorized to proceed, Contractor shall diligently perform the repair services. Equipment Covered: All equipment listed in Appendix A and any other HVAC equipment at City managed facilities as requested by the City's project manager. Contractor Supplied Equipment: All tools and equipment needed to complete on -call repairs shall be supplied by the contractor and shall be covered in the hourly labor cost, (example — Vacuum pumps, gauges, recovery machines, hoses, ladders, brazing equipment, etc.). All specialty tools and rental equipment needed for on -call repairs shall be approved prior to the work and substantiated with rental receipts for invoicing (e.g. scissor lifts, boom lifts, cranes etc.). Replacement Equipment, Parts, Materials, and Equipment Rentals: All will be supplied by the contractor at contracted % markup as shown in the Cost File. Receipts will be required at the time of invoicing to substantiate percentage markup. All shall be charged at cost plus no more than a 15% markup. Labor rates for installation shall be charged at the standard labor rate specified in the Cost File. All invoices for on -call services must show labor hours, materials, contracted labor rate, and material percentage markup. Receipts on any billable items or services shall be provided with invoice. 3 Appendix A Total Buildings & Units Locations IBuildings Units CY 6 21 Utilities 8 31 BBSC 3 8 PD 1 31 Animal Sh 1 4 Fire 1 11 46 30 141 u. I— °�Rru stra/opdiy spnsnmmn/c °We.xeu zssseQ spnsnmma/[ x zswnc P.ttie. xvnc xamm. umt AWe:�a rar pi noo.. aonepe r.aaee xvncumt ease-arp.om.a sea snw zrm mauo¢ aaa[om easo-vamemenaEau�o wepan e. Room/wren Romm xw R000. uo� ouuax�xr sxeRax®za o.vWxam [wiP. R.ptn easo zR et zzcvs R.pan R.pxn eaAo-xx xtxww R.ppn unl eaa°.xs sxaoRnox m °a pl Repmn mt iRmn usymazu xarim xm�mvlw<sxssvrzff7 vwmeexvn[Aunit Repem vatgexvn[un�t x :pit:nmm x..tP�mp u�o�.p o�� r�n.�n unm� �maxxsmen, °P�iv�inwuRx �oxx/amx.m �/uxxR �.s/aw°nsc : spnsnmm x..tp.mp ..nn. sml snm..—P—p .P,m—... zron vartyex Baal-xRerssux xeatlna un t-°u aloe[-Pa.boepyvzvw�oe A assoepe/wuenorx mwam.rw utxmr nr. swr.°fly ry ery Ruror v Roxzs exxrerzxwus 2FM Smart lB Asset Dewlptlon Bullding Name Bldg 1-23 B319-PTUI Package HVAC Unit BuOdingl-Adman gld: 1-230119-PTUi Package HVAC—t Building l-Adman Bldg 1-230119-RTU3 Package HVAC unit BUllding l - Adman Bid:1-23811&SIMCI Spill :III witM1 Furnace Buildingl-Adman BId:I-23012&SSAQ Spla System A/C with Furnace Building l-Admin 91dg1-23812&5mo Spill System A/C with Furnace Bullding l -Rdmin Ndg2 Package HVAC Unh-Gas BUllding2 Bldgl Package HVAC Unh-Gaz Dullding2 01dg&238119-11— Package HVAC UnR Bullding3 Md113- B319-RTU2 Package HVAC Unit - Gas 0ullding3 Bldg 3.23 B239-UH Healing Uni[ -Gas Building3 BIdg 4-230119-BN Package HVAC UnH-Gas Bulldingfi BIdg 4-23:23&UH Heating Unit-Ges Building4 BIdg S-23 B119-PN Package HVAC Unit - Gas Building5 01dg 5-23 g239-UH3 Heating UnlL-Gas BUIIdIngS 01d85-23 g239-UH2 Healing Unit-Gas B.dding5 BIdg S-130139-UH3 Heating Unit -Gas Building5 BIdg 6238119-RTU Package HVAC UnR-Gas gulldingfi BItlg O-2334U3-111 111-111 Exhaust Fan Bulldingg BItlg O-233401-EF2 Sldewall Exhaust Fan BuiNingB BIdg&233401-113 Sldewall Exhaust Fan 0uildinga BId:O-233401E F4 Sldewall Exhaust Fan Building. Bidd:8-233401-EFS Sldewll EA.— F.. uildin BUIldng0 . 33401-EFS Sldewll E.—I F BIdg&233401-ER Sldewall Exhaust Fan Building0 Bldg&233401-EFS Sltlewall Exhaust Fan .I di' Bldg943B119-RTU3 Package HVAC UnR BuIltlingB Bltlg 2 g119-RTU2 Package HVAC Unit BWINngg BItlg B-23 g1—MC1 Split 5ystem A/C Bulltlingg Bldg g-11 g12&SSAC2 Split System A/C Bulldingfi Bldg B-23 g239 UH Heating Unit Bulldhit Bullding6teg Floor La®Uan Area Served Size/Capacity Make Model Serial gewmed lmtall Bate U.M. Yard Roof Roof 2ndgoor.Hic. 4Ton —iez 50H00005-Bfi01 2496G2ro04 199E UUIMes Yard Roof Hoof 2nd Mor offices 3Ton MY&Night PHD33fi00000C1 C141019766 2014 UUlides Yard .& goof 2nd Hoor offlc. 3Ton D.,&Night PH03240WKO 1 C1421M755 2019 UUIMes Yard Grountls Grountls/Standage Hall l.fleorspaces 2Tan fluud UAKA-0243A2 1111111-133 21 UdlRles Yard Grounds Grounds/Managers UNRy llaam 1s floor Managttz area 3Ton Goodman GSH33036—/F04ANFU36 120101013T/0696A31221 1U12 UUIRiu Yard Gmmds Grounds/Sl .&,Hall Istfloor spaces 3Ton Oay&Night WAS— KC101/ ACE3GA24145W02 El 3T03002 2015 U fities-d Roof Poof SCADADMce Oay&Nigh PG0424040KI301E1 C1B0118905 UGIfti.Yard Roof Roof Storm Drain Office York PM-40502x1A WIM5142859 Utilities Yard Hoof 5Ton Carrlez SMIXI(t6-021 3307G20524 2002 UUIIIies Yard Poof East offices 2Ton Day&Night PG032404 MIC1 C123020155 2012 Utilities Yard 1st lmnox Utilities Yard Roof Roof Offitx/Shops 2Ton Bryant MCNWC2290401—P 1219C44923 2012 Utilities Yard lsl ate bay Lmnox UNities Yard Roof Roof wcx 2Tan Carrier 48VGNE3WW30TP 1521F50561 2004 UNIIUes Yaed lsl Shop RI—t-Ray Utllitiea Yard 1st Shop -Vttber-Pay UIIIMes Yartl 1st Shap H'Verber-Pay UUIRies Yard Roof Roof 0I 3Ton D4Y&Mght PGD311.11 10 C-16762 2014 U Hit, Yard 1st Pump Room Greenhxk UNRIes Yazd 1st Pump Room Greenhxk Utilities Yard 1st —1ca1 Rae. Greenhxk UUIU. Yard 1st Chemlcal Room Greenhxk UNIUx Yard 1st Tank Room Greenhxk UUIIUes Yard Ist Tank Pao. Greenhxk UUIMes Yard tat UUIMes Yam fit UUIMes Yard Roof Roof Offices 3Ton Day&Night PHD4240WKOWFI MOM— 2017 Utli ies Yard Roof Roar WxlaMcx 3Ton York PHE4B3fi41B WIM026316 2019 UNitles Yazd Roof poaf 2Tan Samsung US24A2RC PMR2.M 2001 Utiihies Yard Roaf Roof Electrical Poo. 3Ton Hitachi PAC-11V Utilities Yard 1st Bayg Bay BA Dayton IFM Smart ID Asset Descdptlan Building Name Building Category Haar Ixetiun Are. Served She/Capacity Make Model Serial Remrded Install Oat, BE SC A-238234HP1 Spilt System Heat Pump Back Bay Science Center -BIdgA Public Works Department Grounds Lab ceiling Lab 5Ton Carrier 3BYXA4)60 2007 BB SC A-238239-HP2 Spilt System Heat Pump Back Bay Science Center -BIdgA Public Works Department Grounds Lab calling Lab 4Ton Carrier 38YXA-048 2007 BE SC A-238239-HP3 Spilt System Heat Pump Back Bay Science Center -BIdgA Public Works Department Grounds Lab ceiling Lab 5Ton Carrier 38YXA-060 2007 BE SC B-23 82 39-HP/FC4 Spilt System Heat Pump Back Bay Science Center -BldgB Public Works Department Grounds Overhead Training 5Ton Carrier FK4DNB006/38YXA-060 1806AB3428 2007 BB SC B-23 82 39-HP/FCS Spilt System Heat Pump Back Bay Science Center -BldgB Public Works Department Grounds Overhead Training 5Ton Carrier FK4DNB006/38YXA-060 1806AB3430 2007 BE SC C-23 82 39-HP6a Spilt System Heat Pump Back Bay Science Center - Bldg[ Public Works Department Grounds Office ceiling Offices 5Ton Carrier 38YXA-060 2007 BE SC C-23823SHP66 Spilt System Heat Pump Back Bay Science Center - Bldg[ Public Works Department Grounds OMce ceiling Offices 3Ton Carrier 38YXA-060 2007 BB SC C-238239-HP7 Spilt System Heat Pump Back Bay Science Center -BldgC Public Works Department Grounds Office ceiling Offices 5Ton Carder 38YXA4)60 2007 UNIT AC-01 AC-02 AC-03 AC-04 AC-05 AC-06 AC-07 AC-08 AC-09 AC-10 AC-11 AC-12 AC-13 AC-14 AC-15 AC-16 AC-17 AC-18 AC-19 AC-20 AC-21 AC-22 AC-23 AC-24 AC-25 AC-26 AC-27 AC-28 AC-29 AC-30 AC-31 EF-1 EF-2 EF-3 EF-4 EF-5 EF-6 EF-7 EF-8 EF-9 EF-10 Manufctr MODEL NO. SERIAL # 11/17/11 FILTERS Carrier 48HJD-005-601 2293G888118 2-16X25X2 Carrier 48HJD-008-601GA 2393G93368 4-16X20X2 Carrier 48SS-0300-40-301 4093G00449 1-16X25X1 Carrier 48HJD-006-621 4393G00696 2-16X25X2 Carrier 48HJD-006-621 4393G00701 2-16X25X2 Carrier 48HJD-008-600 2193G83103 4-16X20X2 Carrier 48HJD-006-621 4393G00700 2-16X25X2 Carrier 48HJD-006-621 4393G00697 2-16X25X2 Carrier 48HJD-008-600 2193G83104 4-16X20X2 Carrier 48SS-0300-40-301 4093G00451 4-12X20X1 Carrier 48HJD-012-611GA 3093G34021 1-16X25X1 Carrier 48HJD-006-621 4393G00702 2-16X25X2 Carrier 48HJD-005-601 2493G01374 2-16X25X2 Carrier 48SS-0240-40-301 4093G00396 1-16X25X1 Carrier 48SS-0300-40-301 4093G00453 1-16X25X1 Carrier 48HJD-055-601 2693G12112 2-16X25X2 Carrier 48SS-300-40-301 4093G00444 1-16X25X1 Carrier 48HJD-005-601 2493G01371 2-16X25X2 Carrier 48HJD-005-601 2393G93253 2-16X25X2 Carrier 48HJD-005-601 2293G88114 2-16X25X2 Carrier 48HJD-005-601 2293G88113 2-16X25X2 Carrier 48SS-0300-40-301 4093G00442 1-16X25X1 Carrier 48HJD-006-621 4393G00698 2-16X25X2 Carrier 48HJE-004-611 3593G01806 2-16X25X2 Carrier 48HJD-005-621 4593G01073 2-16X25X2 Carrier 48HJD-008-601GA 2393G93369 4-16X20X2 Carrier 48SS-0240-40-301 4093GO1074 1-16X25X1 Carrier 48HJE-004-611 3593G01901 2-16X25X2 Trane TCH043A3EOAIB 2-2OX25X1 Lennox CHA-16-953-1G 5691H01160 4-16X20X2 Carrier 48GSN018040301 2403G11745 2-12x20x1 Org. BELT THERMOSTAT LOCATION A-36 Traffic Office A-48 Jail - Adult DD Explorer Office 4L-38 Lobby A-34 Records A-48 Gym 4L-38 Lunch Room A-37 Detectives #2 A-48 Auditorium DD Detective Captain A-51 Men's Locker Rm A-36 Community Relations A-36 Chiefs Secretary DD Chief DD Executive Officer A-36 Computer Section DD Video Office A-36 Briefing Room A-37 Narcotics A-36 Detectives #1 A-36 Computer Server Rm DD Data Entry A-34 DOC - Alarms A-39 Watch Commander A-36 Dispatch A-48 Jail - Juvenile DD Patrol Captain A-39 Sup. Svcs. Captain AX26 UPS / Computer Rm #1 A-46 UPS / Computer Rm #2 DD COP Conf. Rm BELT DRIVEN D/D BELT DRIVEN D/D D/D BELT DRIVEN D/D BELT DRIVEN BELT DRIVEN D/D FLOOR ADDITIONALAREAS Upper Deputy Chief Lower Upper ACO Office Upper Upper Rec. Suprvsr, Copier Lower Photo & CSI Lower Lunch Store Rm, Poly Upper Det. Lt, Conf. Rm Upper EOC Upper Detective Secretary Lower Upper Chiefs Break Room Upper PSU & Hallway Upper Upper Hallway Upper Upper Library Lower Upper Personnel Upper Upper CSU Upper Copier, Electrnics, DA Upper Dispatch Supervisor Upper Sgts Ofc, Report Writing Upper Traffic Break Room Lower Jail Office Upper Traffic Conf. Rm Upper SS Lt, FSFM Upper Upper Telephone Room Upper LOCKER, M LOCKER, MAIL, JANITORS FRONT LOE FRONT LOBBY RESTROOM JAILCELLS JAILCELLS JAIL SALLY JAIL SALLY PORT JAILSALLY JAILSALLY PORT GARAGE GARAGE UPS ROOM UPS ROOM JAIL KITCHE JAIL KITCHEN CSI LAB, EL CSI LAB, ELVTR, LNCH PROPERTY PROPERTY JFM Smart ID Asset Descriptl.n Bullding Nam. Building Categaty Flaar W.ti.n Area S.raed AnImalShek.r Heating Unit - Gas Animal Sh.ker Police Gmunds Hallway OBlces Animal5heker Spin System A/C Animal Shelter Police Gmunds Outside Offl— Anima15heker Split Sy —A/C Animal Sheker P.Iice Gmunds Outside Oqg Run Animal5heker Splk System A/C Anim iShelter P.lice Gmunds Outside Cat R-rn Size/Cap.. Malt. Model Sulal York TLSE10DC2OUH13A W2D1925135 York YCS48821SA W2H1390583 Samsung AM0S MDCH BCZOP3GR300006A Mksukhhi MUZ-JP09WA 1ZCD9630 Recorded 1-11 Date Associated Equipment Associated Mahe Associated Model 2023 2023 2023 Fan Coil AM0541NHOCH OR45PALTlOW01A 2023 Fan Coll MSZ-JP09WA 5p;HI—s" o�m. ww ssac MNr mM eta„emM ;Pte„amy, Rte„.mM mRt„mmy, ,pRte„.mm, sw�<me w.erme ru sWssnmmwmi rani Peamse HVAc un�tGu Puteae xvac umtGer Parcae xvac unfit-Gu Unit�Gu Fla sumnn aaswn�mmm. ntswkmmm Mrnnemeo PMn�aFsw4mmmMPeaeW umt u vra, aFSWtmmmMrm con umt swksymmMVeN rumzeF. swksymm MxeN ru.na.e smmnRa sW symmxeat Pump sp¢sytemxenvump spitSnmm HeatPump spitsnumxeatvump spltsnmmxeat Pump swkmmmH.etPamp rP:a sWtmmmx.,tPamp MwiN wrnxe pa P:-baex Peuoae HVA[unit miu/zeu exsarcrsxvs sWtmmmM sgitmmm Hvrtvump TIT cons PP sH..�P mnsrvsw3 H.atP., swnmmm mp oli ssrA/at sWtsnrtm M weN rum:. mrMuz swkmmmMa+N Pmas. Ars/wi swksnmmM•+N rums. 56 m�rr,�n bx�aaermn �mmi m�rH �cHum .re Hremae�mn ��mi m xmmemmn �mmi ma,«F— F. Ire H.eaaa.,mn ��mi H.,m�mrmn �mwi v..Nvneuan vkp P�aGuak. G.e H.,muvme ix.apamPkd sWtsymm MwiN rurnse sWtsymm Mv+N rurn.e mxumuerun �xewputvkr� xeeeawrmn�xewpmtrkr� x herei xntlquarmn�Neravr[vkrf Rn�NewRa[Pkr� nmu.rmn (Newpa[ pkrl �Gw.m xumwrmn lxewmnPkH xG wary.ua xGlaei Pkr� swxmmmwmxmaama F. Gwl vutyVam HQ11- nv) HaI—pw) iRumw xG spntmmmmaemr.r o-uma�mm xGiR.im. Pwi x w.� ..o,. Flm comma am,Rm, om..,Rmt �mN nm ra.smmae Rmt am, --pp IT Rm Ra Wl mac lHwmw4 mwlsm wp ruewmm Flr.ngimrant rk.smmm Ae pam r�2Rc��%� Nerkar xrmy�m.am�� rimsmmm Rmr%xnarm. rmm�aoe.t/R/aoRt mem oam/Rmr tRmn/Rml iuterRmn 1st/Rms vs/Rmi Lt/Rool rtt/Rmi xas<.mm nt/Rmt N.mmm cot raw/.comae u ,..j ae—I Fla onmk.G.a..emrRmm xwwaa rim:mmN an str.,�pdtaa� .rm ax4Ht ss —Il T—.. Ra x,amaru wcaprwe 5ss.,�Gru r�ma 5�.� �mmRam ems; texam�e 117 .awe—000w/rGawmtnRmRSA mo,Gs m�ntn<m�Ps m �aucnwa/GsamxtGA SGRse::m,/,m: sms� m� Rimxen,wmCmrRm.ommsIT- arm ary6 wane/my&xiafmyx5M51omxsma/NY.ssoeauGt AW]ernr/uurm.sr m EXHIBIT B SCHEDULE OF BILLING RATES Harbor Pointe Air Conditioning & Control Systems, Inc. Page B-1 COST FILE Section 1: Monthly/Quarterly Preventative Maintenance Pricing COSTFOR COSTFOR TOTAL ANNUAL CITY FACILITY ADDRESS MONTHLY MAINTENANCE QUARTERLY MAINTENANCE MAINTENANCE COST Corporation Yard 592 Superior Ave $ 1,661.52 $ 6,646.08 Utilities Yard 949 W. 161h St $ 2,452.72 $ 9,810.88 Back Bay 600 Shellmaker Rd $ 632.96 $ 2,531.84 Science Police Dept. HQ 870 Santa Barbara $ 2,840.22 $ 11,360.88 Ave Animal Shelter 20282 Riverside Dr $ 316.48 $ 1,265.92 Fire Station # 1 110 E Balboa Blvd $ 79.12 $ 316.48 Fire Station # 2 2807 Newport Blvd $ 1070.72 $ 12,848.64 Fire Station # 3 868 Santa Barbara Dr $ 871.08 $ 3484.32 Fire Station # 4 124 Marine Ave $ 237.36 $ 949.44 Fire Station # 5 410 Marigold Ave $ 692.84 $ 2771.36 Fire Station # 6 1348 Irvine Ave $ 79.12 $ 316.48 Fire Station # 7 20401 SW Acacia St $ 638.72 $ 2554.88 Fire Station # 8 6502 Ridge Park Rd $ 559.60 $ 2238.40 Lifeguard HQ 70 Newport Pier $ 609.10 $ 7309.20 Jr Lifeguard 901 East Ocean Front $ 227.74 $ 2732.88 Building CDM Lifeguard 3029 Ocean Blvd $ 287.62 $ 3451.44 HQ JEEJTotal for all Facilities $ 2195.18 $ 11,061.74 $ 70,589.12 COST FILE Section 2: On -Call Repair Services Pricing UNIT MINIMUM HOURS COST Labor Charge 1 Hours $ 139 Per Hour After Hours Labor (To be used for work performed after 4:30 PM 2 Hours $ 208.50 Per Hour Monday — Thursday, after 3:30 PM on Fridays, and all of Sat., Sun., and holidays. Replacement Equipment, Parts, Materials, and Equipment Rentals Markup % 15 % (Maximum 15%) CPI ADJUSTMENT: Billing rates may be given up to a 2% annual CPI increase upon the first anniversary of the contract and each anniversary thereafter. The City intends to award a five (5) year agreement term, subject to City Council approval. ICY - ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT WITH HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC. FOR ON -CALL HVAC MAINTENANCE AND REPAIR SERVICES THIS ON -CALL MAINTENANCE/REPAIR SERVICES AGREEMENT ("Agreement") is made and entered into as of this 23rd day of July, 2024 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC., a California corporation ("Contractor"), whose address is 720 South Richfield Road, Placentia, CA 92870, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Contractor to perform on -call HVAC maintenance and repair services for City ("Project"). C. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the maintenance and/or repair services described in this Agreement. D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by City for the Project, is familiar with all conditions relevant to the performance of services, and has committed to perform all work required for the compensation specified in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the Effective Date, and shall terminate on July 22, 2029, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED 2.1 Contractor shall perform the on -call services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). Upon written request from the Project Administrator as defined herein, Contractor shall provide a letter proposal for Services requested by the City (hereinafter referred to as the "Letter Proposal"). The Letter Proposal shall include the following: 2.1.1 A detailed description of the Services to be provided; 2.1.2 The position of each person to be assigned to perform the Services, and the name of the individuals to be assigned, if available; and 2.1.3 The estimated number of hours and cost to complete the Services; 2.1.4 The time needed to finish the specific project. 2.2 No Services shall be provided until the Project Administrator has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Contractor shall perform the Services in accordance with the schedule included in Exhibit A and the Letter Proposal. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Contractor to strictly adhere to the schedule set forth in Exhibit A and the Letter Proposal, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement by City. 3.2 Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the Services to be provided for the Project, each party hereby agrees to provide notice within two (2) calendar days of the occurrence causing the delay to the other party so that all delays can be addressed. 3.3 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator as defined herein, not later than two (2) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 3.4 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by fax, hand - delivery or mail. 4. COMPENSATION TO CONTRACTOR 4.1 City shall pay Contractor for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and the Letter Proposal and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Except as otherwise provided herein, no rate changes shall be made during the term of this Agreement without the prior written approval of City. Contractor's compensation for all Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed Six Hundred Thousand Dollars and 00/100 ($600,000.00), without prior written amendment to the Agreement. Harbor Pointe Air Conditioning & Control Systems, Inc. Page 2 4.2 Upon the first anniversary of the Effective Date and upon each anniversary of the Effective Date thereafter, the billing rates set forth in Exhibit B ("Billing Rates") shall be adjusted in proportion to changes in the Consumer Price Index, subject to the maximum adjustment set forth below. Such adjustment shall be made by multiplying the Billing Rates in Exhibit B by a fraction, the numerator of which is the value of the Consumer Price Index for the calendar month three (3) months preceding the calendar month for which such adjustment is to be made, and the denominator of which is the value of the Consumer Price Index for the same calendar month immediately prior to Effective Date. The Consumer Price Index to be used in such calculation is the "Consumer Price Index, All Items, 1982-84=100 for All Urban Consumers (CPI-U)", for the Los Angeles - Riverside -Orange County Metropolitan Area, published by the United States Department of Labor, Bureau of Labor Statistics. If both an official index and one or more unofficial indices are published, the official index shall be used. If said Consumer Price Index is no longer published at the adjustment date, it shall be constructed by conversion tables included in such new index. In no event, however, shall the amount payable under this Agreement be reduced below the Billing Rates in effect immediately preceding such adjustment. The maximum adjustment increase to the Billing Rates, for any year where an adjustment is made pursuant to this Section, shall not exceed the Consumer Price Index or 2.0% of the Billing Rates in effect immediately preceding such adjustment, whichever is less. 4.3 Contractor shall submit monthly invoices to City describing the Work performed the preceding month. Contractor's bills shall include the name and/or classification of employee who performed the Work, a brief description of the Services performed and/or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.4 City shall reimburse Contractor only for those costs or expenses specifically identified in Exhibit B to this Agreement and the Letter Proposal, or specifically approved in writing in advance by City. 4.5 Contractor shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any Work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with Exhibit B and the Letter Proposal. 5. PROJECT MANAGER 5.1 Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Contractor has designated Sammi Perez to be its Project Manager. Contractor shall not remove or reassign the Project Manager or any Harbor Pointe Air Conditioning & Control Systems, Inc. Page 3 personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. 5.2 Contractor, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of Services upon written request of City. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Public Works. City's Director of Public Works or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES To assist Contractor in the execution of its responsibilities under this Agreement, City agrees to provide access to and upon request of Contractor, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Contractor's Work schedule. 8. TYPE AND INSTALLATION OF MATERIALS/STANDARD OF CARE 8.1 Contractor shall use only the standard materials described in Exhibit A in performing Services under this Agreement. Any deviation from the materials described in Exhibit A shall not be installed or utilized unless approved in advance and in writing by the Project Administrator. 8.2 All of the Services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with community professional standards and with the ordinary degree of skill and care that would be used by other reasonably competent practitioners of the same discipline under similar circumstances. All Services shall be performed by qualified and experienced personnel who are not employed by City. By delivery of completed Work, Contractor certifies that the Work conforms to the requirements of this Agreement, all applicable federal, state and local laws and legally recognized professional standards. 8.3 Contractor represents and warrants to City that it has, shall obtain and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Agreement. 8.4 Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, Harbor Pointe Air Conditioning & Control Systems, Inc. Page 4 lockouts, accidents, acts of God, or the failure of City to furnish timely information or to approve or disapprove Contractor's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. RESPONSIBILITY FOR DAMAGES OR INJURY 9.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Services required hereunder; or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 9.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 9.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any Work performed or Services provided under this Agreement including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 9.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence orwillful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 9.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Work by Contractor or its agents. Harbor Pointe Air Conditioning & Control Systems, Inc. Page 5 9.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Agreement as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 9.7 The rights and obligations set forth in this Section shall survive the termination of this Agreement. 10. INDEPENDENT CONTRACTOR It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. Nothing in this Agreement shall be deemed to constitute approval for Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Contractor as to the details of the performance of the Work or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Services. 11. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with Contractor on the Project. 12. CITY POLICY Contractor shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Contractor is responsible for, keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance Harbor Pointe Air Conditioning & Control Systems, Inc. Page 6 of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 15. BONDING 15.1 For any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement: (1) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), and in the form attached hereto as Exhibit D which is incorporated herein by this reference; and (2) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), and in the form attached hereto as Exhibit E which is incorporated herein by this reference. 15.2 The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 15.3 Contractor shall deliver, concurrently with City's approval of any Letter Proposal over Twenty Five Thousand Dollars and 00/100 ($25,000.00), the Labor and Materials Payment Bond and Faithful Performance Bond, a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 16. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the Services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or cotenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 17. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A and the Letter Proposal. Contractor shall be fully responsible to Harbor Pointe Air Conditioning & Control Systems, Inc. Page 7 City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 18. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents"), prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon prior written request. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the Services in this Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. 20. RECORDS Contractor shall keep records and invoices in connection with the Services to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor under this Agreement. All such records and invoices shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Contractor shall allow inspection of all Work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Contractor under this Agreement. 21. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue Work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of Harbor Pointe Air Conditioning & Control Systems, Inc. Page 8 return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 22. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other contractors in connection with the Project. 23. CONFLICTS OF INTEREST 23.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 23.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 24. NOTICES 24.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 24.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Director of Public Works Public Works City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 24.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Sammi Perez Harbor Pointe Air Conditioning & Control Systems, Inc. 720 South Richfield Road Placentia, CA 92870 Harbor Pointe Air Conditioning & Control Systems, Inc. Page 9 25. CLAIMS Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. Contractor and City expressly agree that in addition to any claims filing requirements set forth in the Agreement, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 26. TERMINATION 26.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non -defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 27. LABOR 27.1 Contractor shall conform with all applicable provisions of state and federal law including, but not limited to, applicable provisions of the federal Fair Labor Standards Act ("FLSK) (29 USCA § 201, et seq.). 27.2 Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Agreement, Contractor shall immediately give written notice to City, and provide all relevant information. 27.3 Contractor represents that all persons working under this Agreement are verified to be U.S. citizens or persons legally authorized to work in the United States. Harbor Pointe Air Conditioning & Control Systems, Inc. Page 10 27.4 To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees from loss or damage, including but not limited to attorneys' fees, and other costs of defense by reason of actual or alleged violations of any applicable federal, state and local labor laws or law, rules, and/or regulations. This obligation shall survive the expiration and/or termination of the Agreement. 28. PREVAILING WAGES 28.1 Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Contract shall be paid to all workmen employed on the Work to be done according to the Contract by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the Work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774 and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations, and the parties agree that the City shall not be liable for any violation thereof. 28.2 If both the Davis -Bacon Act and State of California prevailing wage laws apply and the federal and state prevailing rate of per diem wages differ, Contractor and subcontractor, if any, shall pay the higher of the two rates. Said prevailing rate of per diem wages are on file at the City, Office of the City Clerk, 100 Civic Center Drive, Newport Beach, California 92660, and are available to any interested party on request 29. STANDARD PROVISIONS 29.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference. 29.2 Compliance with all Laws. Contractor shall, at its own cost and expense, comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 29.3 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. Harbor Pointe Air Conditioning & Control Systems, Inc. Page 11 29.4 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 29.5 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 29.6 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 29.7 Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 29.8 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 29.9 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 29.10 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 29.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorneys' fees. 29.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] Harbor Pointe Air Conditioning & Control Systems, Inc. Page 12 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: '7 /;7 By: ron C. Harp �� City Attorney ,r4Z ATTEST: Date: By: A% 4. Leilani I. Brown City Clerk POR�, cgctFo�"' CITY OF NEWPORT BEACH, a California municipal corporation Date: '/,7d1zr- 1z By: Will O'Neill Mayor CONTRACTOR: HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC., a California corporation Date: Signed in Counterpart Gregory Howard Perez Chief Executive Officer Date: Signed in Counterpart By: Sammi Dee Perez Secretary, Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements Exhibit D — Labor and Materials Payment Bond Exhibit E — Faithful Performance Bond Harbor Pointe Air Conditioning & Control Systems, Inc. Page 13 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 7125'/�y By: «�> AVron C. Harp City Attorneys/Z� ATTEST: Date: By: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Will O'Neill Mayor CONTRACTOR: HARBOR POINTE AIR CONDITIONING & CONTROL SYSTEMS, INC., a California corporation Date: 1 —,-2 j r2 62=4 &V IZ14� &-Z - el * !! �2 4, 0, Gre4QW,Abvv6rd Perez Chief Executive Officer [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements Exhibit D — Labor and Materials Payment Bond Exhibit E — Faithful Performance Bond Harbor Pointe Air Conditioning & Control Systems, Inc. Page 13 SCOPE OF SERVICES Harbor Pointe Air Conditioning & Control Systems, Inc. Page A-1 Exhibit A Scope of Work Preventative Maintenance Equipment Covered: All equipment listed in Appendix A and any other HVAC equipment at City managed facility as requested by the City's project manager. Parts and Materials: All parts and materials for preventative maintenances must be new, unused, and will be supplied by the contractor and included in the proposed rates (e.g. filters, belts, lubricants, cleaners, etc.). Labor: Included shall be all labor to perform preventative maintenance services as described in this contract. Preventative Maintenance: Contractor shall provide preventative maintenance routines as scheduled in the Cost File on a monthly or quarterly basis. Contractor Supplied Equipment: All tools and equipment needed to complete preventative maintenance shall be supplied by the contractor and shall be covered in the proposed rates, (tools of the trade: e.g. vacuum pumps, gauges, recovery machines, hoses, ladders etc.). All specialty tools and rental equipment needed to perform preventative maintenance shall also be included in the proposed rates (e.g. scissor lifts, boom lifts, cranes etc.). Monthly or Quarterly Preventive maintenance, shall include but not be limited to: • Change and date air filters • Check reversing valve • Lubricate motor and shaft bearings as required (including lubricants) • Check anchor bolts • Check blower belts and replace if applicable • Check refrigerant level and recharge refrigerant and check cooling operation • Change belts, if applicable • Test for leaks • Check heating operation • Check rotation • Check all safety controls • Clean and remove excess oil and/or grease • Check main and pilot burners • Check for overload under full operation • Inspect for rust and wear • Check amperage and voltage on motors and compressors • Check, clean, and repair all drains, drip pan and drain connections • Check contactors and clean if necessary • Check for gas leaks • Lubricate all moving parts as required on fans and blowers • Check coils for leaks and clean each visit • Check oil level and pressure • Check head pressure • Check suction pressure • Verify thermostat schedule and function • Verify proper return and supply air temps. • All belt driven units shall have a spare belt left inside the unit. • Clean up all trash and debris, including old HVAC parts before leaving the area. • Contractor will provide a checklist for each unit inspected. • Complete any other preventative maintenance as recommended by the manufacturer. All invoices will be typed; no handwritten invoices will be accepted. Invoices shall also include the completed checklists or copies of checklists for all units of each facility inspected. On -Call Work Contractor shall provide on -call or as -needed repair services to the HVAC units listed in the equipment list and/or any other equipment requiring service/repairs, as requested by the City. Any services not provided as part of the monthly or quarterly maintenance visit will be treated as a service call. Service calls may result from recommended repairs identified through a preventative maintenance visit or through a request for service by the City. The City does not guarantee or imply any specific quantity of service call work during the contract term. • Call back is required within ninety (90) minutes after initial request from the City for on -call services. • Contractor must be available for same day response, including after hours, weekends, and holidays. • Contractor shall be available 24 hours a day, 7 days a week. • Contractor must be able to arrive within four (4) hours after initial call back. When the need for service arises, Contractor shall provide a written letter proposal (i.e. quote) for services including the following: • A detailed description of the services to be provided; • The position of each person assigned to perform the services; • The estimated number of hours and cost (including parts and material) to complete the services; and • The time needed to finish the specific project. No services shall be provided until the project manager has provided written acceptance of the quote for services. Once authorized to proceed, Contractor shall diligently perform the repair services. 2 Equipment Covered: All equipment listed in Appendix A and any other HVAC equipment at City managed facilities as requested by the City's project manager. Contractor Supplied Equipment: All tools and equipment needed to complete on -call repairs shall be supplied by the contractor and shall be covered in the hourly labor cost, (example — Vacuum pumps, gauges, recovery machines, hoses, ladders, brazing equipment, etc.). All specialty tools and rental equipment needed for on -call repairs shall be approved prior to the work and substantiated with rental receipts for invoicing (e.g. scissor lifts, boom lifts, cranes etc.). Replacement Equipment, Parts, Materials, and Equipment Rentals: All will be supplied by the contractor at contracted % markup as shown in the Cost File. Receipts will be required at the time of invoicing to substantiate percentage markup. All shall be charged at cost plus no more than a 15% markup. Labor rates for installation shall be charged at the standard labor rate specified in the Cost File. All invoices for on -call services must show labor hours, materials, contracted labor rate, and material percentage markup. Receipts on any billable items or services shall be provided with invoice. Ap-pe-n-d-ix A Total Buildings & Units Locations Buildings Units CY 6 21 Utilities 8 31 BBSC 3 8 PD 1 31 Animal Shelter 1 4 Fire 11 46 30 141 E)))\}\\\\\/}\}\\\\{{f a ry .°1i� � oo.a •o+nn � 12 vIrv'o' R nH��mO u u ., u 3 '" u m tgq � � u u oLLS u 3 a Q m u F o uos�s o a`a"o�gry�rygg8 u gsg 55� iu�i°=��zaa�a F a aa�� p z mm °mm m 1„ I'E°�0i,x 'E °�.°,. °c 'E g vdam�vvvv o' f 3 o o tD o 5 0Jc a tlII ISIS 191 I IS I IIIS1 N A 2 0 o b 10 c° c° w o ° ° < e a o ° 3 E o = a = x � x w C a 9 N 8 °o _ E E m of E r>;uu�� r ° 3 E E E 2 2 E 2 2 2 Y 2 2 2 2 2 2 2 a E E E 2 2 2 E 2 'E'E C C C EEEEEE E 'a ¢ a a a ¢ iti mown . m m mm m m mm mmm c c m m m m m m m= m m m m m m m m m m m m m m= m= m= m m m m m m m m m m m m m o»>uuu>>»' mc7x t717 U'�x Y� Y„ Y�Y� Y� Y,� Y., ffiU =uuuaaa uuuu,u,u, u==== =uuaa x x x x x x x x x »> x w wx w x x11 ogvvxxxmv m m mm========"mm 3 3 3 3 3 3 Q U A v91 v91 v�f m — i n a in in �n n n n i 2 a 2 a 2 S S n .'n in �n m min 6 di dim o+ ..:...S. o 000.O1i� N;QPQmPPQM PQFmmPQmP mmmmm;Qmmmmrym;Q m 4 4 LA A hJ, tb cb cb ob ob ob ob & ob cb ob ab obcb i�a o0v va av °p °oavavva m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m n n n n n n n n d S g g g g g g g 9 N N N N N N N N O d K O V m m m m m � � - o 0 N ti Q8 4 4 m m m m O O m m O O O Z Z d E W N W N N E i s a a a a 3 8 a u c c d FO- FO- FO- FO- H f H FO ire m o m m m m m �n a Q o 0 o Q Q Q o u C7 l7 C7 (9 l7 U' l7 l7 Q Q Q m m u u u a v a v m'o v v m m m m m m m m u u u u u u u u E W d Al d d d d d Z S'1 � Yl VI YI N m T T T T T T T T c m m m m m m m m1p O y � m m m m m m m m1p m m E E E E E E E E O w w w w w w v w g x x x x x x x x 5 E E E E E E E E v m m m m m 8 Q 2 2 S 2 S x x S m m m m m m m m N N N N N N N N O m m m m m m m m N N N N N N N N E a a a m m u u u m m m m m m m m m mmmmmm m c N L - O Lu Q 0L L c a O V 0 V 0Q °En oaiuj Z U �_ U O U Ln a1 O O � Q o2S v) a1 m co 2 > a) w m U LL C O >, +' O N O L J c) `n O2S �9 L O L a) a- cv l.) l.) LL a 0 a O u O c +� U a) S 3 cLa i S •Q a 11 � O a� a) U a) � a) 0 a) s In c v cn o L ao `L- Q 0 Q = a J 0 W 0 U a 2 2 a U U M cn H —, H Ln H Li L L L L L L L L L L L L L L L L L L L L L S.� L L L L L L L L L O a� v v a) v a) (, a) (1)a) a) aJ a) a) v v (1)a) a) a) v a) a) a) a) w v a) w v v O a 3 a a a 3 3 a a a� a a a a a a� a a a a a a a 3 a a a a a J a p a a a p p a a a p a a a a a a p a a a a a a a p a a a a a u. D J Z) D D J J Z) D D J D D D D D D J D D D D D D D J Z O N a u U L E E O u• L a) L a) a) l.) N +� a L cu = m a-ai u 1 C C ri VI c=o c Q cd 0 O E U O i u O � L> � E Q U a a� CA +' aJ 7 a) le } C u a) a) aJ ` of a) a) L- c0 O C a vi E E CC L O p Q U U U O c O Q >� t c..) O c) �^ to +' 7 a C +� a--� 7 W 7 > N O-0 O U aJ a= aJ C c3) v `ai v to 6� QCL � " N N a _ o a a v v (1) 0 t X o '� c`o v o 0 0 f° N= a a 0 W J a' J Q C U U U W U> m Z 0 0 0 0 0 a In D D U J W m 00 00 C7 00 I� 00 a--1 lD (D l0 lD I- LD 1.0 Ql lD 00 0) O lD M O J M J M O �1 m m p p cn O M M M M O M M M O M X 0 o a Q 0 �• a s �• c Q 0 a a a 0 0 0 0 a a a a 0 a a a Q 0 a a a 0 N W J_ LL N N c-I N N N N N N v--I r-I N N r-I r-1 N r-I N N N (N r-I N N N N r-I N r-1 N r-I if X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X ri Ln O u1 Ln N O Ln u) O O Ln m I.() u7 o Lid N to u1 ul u-) u1 In LP) Ln O Ln L% LP) O O N" N N N N N N N N r4 N N N N N N fV N N N N N N N N N N N N N X X X X X X X X X X X X X X X is x X X X X X X X X X X X x X X ri lD l0 lD lD lD lD lD lD lD N l0 lD l0 lD lD lD lD lD l0 l0 l0 lD l0 lD lD lD l0 lD O lD N r-I r-I ri ri ri r-I c-I ri ri r-I r-I r-I ri r-I r-I ri ri e-I r-I -I ri -I ri ri ri -I r-i r-I N r-I r-I ri N-zt r-I N N d N N r-I N N r-I r-I N r-I N N N N ri N N N N r-I N N cj N 00 r-I 00 61 l0 r-I rM O 1, -�t r-I r-I N lzt lD M N ri M M N 00 l0 M m ':Zr ri O 6P) r-I l0 -q Ol O O O a) O Ln N O I- Ol ul r-I 1, In e--1 ri Ct Ol O r- Co r, O lD lzt 00 M �t l0 n r-I 1� <D ri zt O N cn c» It r-I M N ri r-I d tD 00 O M O 00 r-I 1, 00 M O O O M O O M O:* O r-I O O N O r-I M W M O O r-I r-I M -1 ri r-I r-I J 00 Q1 0 0 0 00 O O 00 O M O O O O ri 0 0 01 00 00 0 0 0 0 Cr) 0 0 O r-I W N M O M Mr -I M Mr -I O O M�t 0 0 l0 O-zt M N N O M Ln N m 0 m l0 �* N N N It�lzt N�I�t N d' MI:t N�t lzt N-zt N N N N�lzt M 1* Nlzt M u1 N () O O 0 O O r-I O (D O on O c-I ri m i-I H O ri H O m ri r-I r-I M M r1 O ri rrrm r-I r_1 r-Ic-I M ri -1 O O O N N O N N O O HN O O p O M 0 0 00 p N ri N O O HQ ri O l0 l0 t <D LD l0 LD lD tp t TlD l0 � TO TT T T T TT t lD O m O O u� 00 O lD l0 00 lD l0 oo O N l0 V1 O p u1 ':� u1 u1 Ln LP) O l0 Ln 00 O 4 m N 00 Z O O O O O O O O O O H0 0't 0 u7 0 0 0 0 0 00 0 0 0� O Q al c I J O O M CDO O O O O M O O O N M O O O O O O M? O O O N O M 1p O W 0 0 Q 0 0 0 0 0 0 Q 0 0 0 Q Q 0 M 0 0 0 0 Q 0 Lu 0 0 Q w d ri Z o — — U-)— — — — — — N — — — N N- N- — — — N N O cn 0 2 2 Ln 2 2 2 2 2 2 N 2 2 2 Ln V) 2 Ln 2 2 2 2 cn 2 2 2 2 u7 2 2 Q (7 oD o0 M 00 00 00 00 00 00 M 00 00 00 00 00 00 00 00 00 00 00 M 00 M 00 00 00 M U S M L. 4J 4F L L L L L L L L L L L L L L L L L L L L L L L L L L L L X L 3 a) (2) a) a) aJ a1 a) a) a) a) a) a) a) a) a) a) a) a a) a) v O) a) a) a) a) a) aJ a1 O a1 r_L = •L NZ .L .L .L .L .L L .L L .L L .L .L .L .L ,L .L L .L .L L .L L L L {_ i = f6 L L L L L L L L L L L L L L L L L L L L L L L L L L L L CU L U U U U U U U U U U U U U U U U U U U U U U U U U U U U H J V ri N M dt Ln 1.0 r� W M O ri N M d• to lD I, 00 M O ri N M� N <D rl W M O r-I H 0 0 0 0 0 0 0 0 0 ri ri ri ri r-I r-I ri r-I ri ri N N N N N N N fV N N M M Z 6 0 0 0 U 6 U U 6 V U U U U U U U U U U U U U U U U U U U U U a a Q Q a a a a a a Q Q Q Q a Q Q a a a a Q a Q Q Q a a a Q a r O E w m w m Z L r t t Co v E E E E A"aaa a E E E E H i E I g 2 � E n 'E E E E E E E 9 9 u 9 3 6 0 LL 3 LL 3 0 0 3 3 3 3 3 3 E --E E E "E >` o S 3 a 3 3 0" 3 3 0" d e" c@@ S E> e o" .R s� A A v n .+ E o 0 8 0 € a s 8 12 E E€E Ef E o 4 E E E S ¢ ¢ a¢$ a¢ m¢¢ n m z z z z° E E u RMO ova o �Bs�������Beeen�n�N➢8H➢999II8➢9�P9➢�eH➢N8N8998�e mLLLLLLLLLLLLLL�sLLLLLLLLLLLLLLLLLLLLLLLLLLLL�LLLLLLLLLLLLLLsLLLLLLLLLLLLLLLLLLLLLLLLLLLL C Y Y Y Y y5 2 ova _ _ _ _ _ _ _ _ _ _ _ n y H y - m h y _ _ - _ _ _ _ _ _ _ _ _ _ _ _ _ _ - m' u u. u. u LL G W LL u LL u LL S S u LL u ff S u u u LL u LL uE. u LL u. LL G G u u¢ u LL m u u E E E E E E E LL 3 p p B LL LL u L E E E- E- E- E- E,b E��$$ E E E 'Edd d EE EE aaa <QaE u E E E E E E x v d E E E v E E i i E E E v d E v c- i E isfifmmxmm -Ma mmmmmaam„mmm.mxxmuammx c� A A A An"mm°,mmmmm°.;'rmm°mm� Ym mom mom yam „n rn rymmmn mmm ryn mmmmm,r���� f„ a- - -- 1* June 23, 2024 ,� 0 -00— r— ,Cv' C' " ► ��` ' C1h4r1__2 oning c,Contro Sys City of Newport Beach, California 592 Superior Ave, Building A RFP 24-73 On -Call Maintenance and Repair Services City wide Due June 25, 2024, before 3PM Attention: Kyle Brodowski, Superintendent kbrodowski@newportbeachca.gov Harbor Pointe Air Conditioning & Control Systems, Inc., located at 720 South Richfield Road, Placentia, CA 92870 is pleased to submit our quote for HVAC System Repair and Maintenance Services for the City of Newport Beach. Our office phone number is 657-275-9188, which also provides access to our on -call after hours services. The objective outlined in the scope of work includes maintaining, repairing and documentation of the HVAC assets of the City of Newport Beach, following procedures, notifying Facilities Management of repairs for authorization, or quoted proposals, as well as recommending repair verses replacement based on equipment's overall conditions and industry changes, all while staying within operating budgets. Maintenance is performed under the City's guidelines included in the scope of work provided, industry standards, manufacturer's guidelines, and Harbor Pointe's standards of excellence. Within HVAC maintenance, we have found it necessary to analyze both the interior and exterior environmental aspects of the building to provide a comfortable environment with healthy air. Some of the simplest aspects of maintenance such as changing the filter each quarter and the belts annually is just the beginning of maintenance during the warmer months. Clearing rooftop drain lines to the ground floor drain, cleaning coils each visit, and to truly inspect the air conditioning cycle components as well as electrical and mechanical components is needed to meet the demands of the equipment. Quarterly maintenance is to visually inspect, run check, tighten belts, secure loose or exposed wires, and tighten or replace screws. Knowing the machine is part of Harbor Pointe's commitment to serving its clients. Every effort is made to address a potential problem with attention to detail, identifying a minor repair before it becomes a major expense. All company personnel understand that providing a thorough inspection of every hvac unit is vital to keep repairs to a minimum. As service calls do occur, the calls are acknowledged by our office for dispatch to a service mechanic working locally. Facility Management can expect to be informed throughout the entire repair process; this includes mechanics arrival, initial findings, providing a quote, and job completion. Harbor Pointe does its best to minimize the down time by responding within four hours. Emergency calls are within two hours, If the call is received late in the day, an evaluation of outside air temperatures and approvals to respond will be requested. We understand a fire station is also a residence for the firefighters on duty, so comfort is always needed, and we respond 24/7/365. Upon arrival we check in with the captain, gather further information and proceed to inspect the equipment for the services needed. Harbor Pointe works for its clients in the service of others. Harbor Pointe holds a C-20, C-38, and C-4 license with the state of California. We are celebrating 35 years in business as a trusted business in the HVAC industry providing Service, Installations, Energy Management, Retrofitting, and Maintenance within the industry. Our success is through building professional relationships with integrity and our responsiveness tailored to the individual needs of each client. Our mechanics receive their education through Union Local 250 Steam -Refrigeration -Air Conditioning -Pipe Fitters. We are a prevailing wage corporation registered with the DIR as well as Disabled Veteran Business Enterprise, and Minority Business Enterprise. As a business oriented 720 South Richfie(d Road • Placentia • Cal 92870 • License V. 683516 Office: (657)275-9188 • 1-800-377-7911 Harbor ., (ante 'izoniw &, ControC 5�5 towards serving others, we regard the mechanics on our team as the most important asset. We strongly encourage continual education either through the union, a manufacturer, or technical certification classes to stay current on the changing technology within the industry. We perform all work, we do not sub -contract our work. Harbor Pointe has experienced little turnover in the years. Our Senior Mechanics have been with Harbor Pointe for more than fifteen years. We strive to provide a healthy work environment and value each member of the organization. Harbor Pointe primarily services commercial, medical, institutional and municipal buildings. We have expertise in large systems including Central Plant Chiller operations and Control Systems. Our Service Department is computerized for dispatch, equipment history and maintenance schedules on each piece of equipment. We serve local, state and federal government agencies. Prevailing wages, certified payroll, safety compliance, and background checks are a part of our everyday business. Response is what to expect from Harbor Pointe. Our team responds quickly and effectively, ensuring client comfort, quality and fair pricing are the primary goals we strive for each day. Our maintenance and service managers work with each facility in tailoring and implementing their maintenance program to increase efficiency and extend the life of the equipment. Our Installation department manages both new and retrofit installations from start to finish with professionalism and prompt completion of each job. We also offer alternate support such as water treatment, piping insulation and rental of portable air conditioning equipment from one ton to temporary chillers. Harbor Pointe provides safe working conditions for all employees and promotes safety awareness at all levels. Harbor Pointe recognizes its responsibility to offer a place of employment safe for all employees, to provide safety devices and equipment, mechanical safeguards and to maintain and enforce a program to fulfill this responsibility. Harbor Pointe carriers liability and workers compensation and pollution insurance that meets or exceeds the requirements. Harbor Pointe understands the Request for Proposal is valid for a period of 180 days, We thank you for considering Harbor Pointe for your HVAC needs, ?) Greg z Sammi Perez Pres t/CEO CFO/Operations Manager 720 South R;ichfiefd Road • Placentia • CA 92870 • License NP. 683516 Of fire: (657) 275-9188 • 1-800-377-7911 '���1► �r 4I0 nter CO "tro f S� � Background Thirty-five years ago, Harbor Pointe began with three Service Agreements and a background in Institutional HVAC controls, having been employed by the HVAC industry leaders of the day: Honeywell, Barber Coleman and MCC Powers as well as experience in HVAC problem solving dating back to 1974. We have steadily grown each year to twelve dedicated employees who value our clients as much as we do and approximately 150 accounts where we service and maintain HVAC and Refrigeration equipment. We specialize in institutional, municipal, and commercial facilities. From the beginning, Harbor Pointe's employees were Union trained but it was not until 2007, we rejoined the Union to provide our younger mechanics with further education and skills we felt they could only receive as graduates of the union apprenticeship and journeyman programs. Harbor Pointe has worked in all facets of the HVAC industry. We are trained and certified in controls from Pneumatics, Carrier VVT and on into the modern era of Metasys and Pelican control systems. We are problem solvers dedicated to our client's comfort and their building operations while maintaining the awareness to being cost effective and budget minded. Work Plan Harbor Pointe takes the maintenance guidelines that are in the scope of work provided and implements these requirements into the work orders generated for the scheduled Maintenance. We utilize off season scheduling to perform annuals on equipment: Late Winter/Early Spring HVAC Annuals including belt changes and coil cleaning assist in efficiency and prolonged life. Understanding and providing tracking notification movement within a multi -location operation such as a city provides Facilities Management the awareness of the contractor's presence at the various buildings. The fire stations are treated as a residential service call, the firefighters want that residential respect given to the stations with regards to knowing who to expect in their fire house and what service is being provided. Maintenance schedules will be provided in advance to Facilities Management to inform onsite representatives of pending work scheduled to take place. We will also call/email ahead of the mechanic to provide awareness of Harbor Pointe's pending presence. Should fire station personnel be out on a call, arrangements can be made for rescheduling should it be determined by Facilities Management when contacted. When calls for repair service are placed, we notify all involved in the request for service of our movement towards them. Upon arrival, we check in with on -site representative or Facilities personnel and review the call for service. At times, we need to speak with the person making the request to have a clear picture of what was experienced and noted in the mechanics work order. Harbor Pointe inspects the unit or area involved then contacts Facility Management with our findings. We quote repairs as required and proceed with repairs once approvals are received. We keep the Facilities Manager advised of the repair status. Upon completion, a written report is provided at check out with personnel for signatures. Any additional findings are reported to Facilities Management as required. 720 South Richfield Road • Pfacentia • CA 92870 • License Np. 683516 Office: (657)275-9188 • 1-800-377-7911 ro � no r pnt efr Control 5�5t Approach and Strategy Harbor Pointe's approach is to follow the professional protocol specific by the City of Newport Beach's standards and guidelines set forth in the scope of work as well as industry standard for maintenance, service call repairs, and installations. We are prepared with a qualified team who provide outstanding service. Our goals start with communication. Our service procedures begin with the point of contact at Facilities Management. Mechanics are notified and review equipment notes. There is further communication after inspection of equipment in order to provide cost effective solutions with professional repairs or installations. The same communication is provided during maintenance care procedures to minimize mechanical failures. Service is written up and briefly reviewed with the onsite personnel in order to close the job with signatures. We utilize computerized service orders so that clients who are not on -site can have service orders emailed to them for review. Once complete, service orders are processed and invoiced in the office. We understand the need to exercise all efforts to minimize interference with regards to our services being performed and the normal activities of the city facility. We report to Facilities Management, and we act under their authorization to proceed. Should there be questions regarding services from other city personnel, we will pass the information back to Facilities Management and await their direction with how we are to respond. At all times the city's chain of command is respected. We understand that maintenance services are to be performed during regular business hours of the city unless specified. Maintenance and inspections are performed every thirty or ninety days as stated in the RFP in accordance with industry standards and manufacturer's specifications. Belts are inspected and tightened each quarter and replaced in the spring or as needed. Coil cleaning is scheduled each visit to increase the efficiency of the machinery and reduce salt build up on the equipment. A schedule of maintenance routes will be provided for review and approval. The City of Newport Beach will be assigned a team of seven mechanics to work together on the equipment. Our mechanics have the experience required to execute the prescribe tasks and make necessary recommendations for all repairs. Harbor Pointe's personnel are well trained in controls and all aspects of HVAC to serve their clients. HVAC Maintenance Maintenance is more than filters and inspection. It is a proactive response to preventing downtime in all instances of application in reference to comfort, equipment, processing, and product cooling. It is during maintenance that items of concern are notated and can be addressed before a potential failure occurs. Unit components, operations and functions are tested and inspected, visuals for oil, refrigerant leaks, potential leaks/clogs are also noted and followed up at that time with Facilities Management for further service approval. Harbor Pointe Mechanics with five or more years of experience perform the maintenance. They will address the issues found upon approval, eliminating many of the service calls for equipment at all facilities. We eliminate the corporate idea of sending another mechanic out for further diagnostic and repair which adds to costs and delays. 720 South Richfield Road • `Placentia • CA 92870 • License No. 683516 Office: (657)275-9188 • 1-800-377-7911 CohQ, o _ - "teO r ni Cont-roI Sys Service Calls/GPS Tracking Service calls are received by phone or by e-mail depending on the client. The office takes information from the client, enters it into the computer and dispatches the mechanic to respond. Daily, we have service mechanics whose workload is structured for service call responses within two hours. We have utilized computer GPS tracking for almost twenty years to give a quick visual on all mechanics location and movements throughout the day. Emergency Response Whether before, during or after hours, a call placed to Harbor Pointe is responded to immediately. The closest Mechanic is notified through a computerized dispatch and receives a follow up call with additional information and confirmation of arrival. The client is contacted with confirmation that the mechanic will be arriving usually within the hour. Depending on the situation, additional mechanics are notified and are on stand-by in case they are needed to assist. Some of our clients prefer to call directly to the mechanics in emergency situations. The mechanic contacts the office for clearance to respond or to assign another mechanic if they are not able to clear their present job. We want our clients to feel we are here for them. On -Call After Hours Response Time Our on -call response time is under two hours. The mechanics take their On -Call rotation seriously and arrange their evenings and weekends to be noncommittal in their off hours. To support our clients during the peak seasonal fluctuations we add additional mechanics to the rotation. As excessive temperatures dictate, office staff will come in on weekends or stay late to ensure calls receive our personal care. Availability Harbor Pointe is available 24/7/365. Our Mechanics start their day at 7 a.m. depending on the work for the day or as late as 9 a.m. to cover late service calls. The office opens at 8:00 a.m. unless weather conditions warrant the staff to be onsite earlier or stay past 5 p.m. Quality Assurance Quality Assurance is approached two ways. First, Harbor Pointe's senior mechanics and owners will periodically inspect job sites in the course of their day. Secondly, maintenance routes are periodically changed so that fellow mechanics are checking on one another. Quality assurance includes communication with the client, inspecting work performed, a clean work area and service report documentation. Warranty and Guarantees for Services Provided Harbor Pointe wants our clients to be completely satisfied with our services. We stand by our work. We warranty our labor on small repairs items for 90 days, and compressor or motor replacements and installations for one year. 720 South RichfieldRoad • Placentia • CA 92870 • License Np. 683516 Office: (657)275-9188 • 1-800-377-7911 Harbor -Pointe Harbor Pointe's warranty for parts is the manufacturer's warranty. Compressors and motors are at least one year while some compressors will be up to five years. New installs are warrantied for a year on parts and labor. Extended warranties are available at the time of installation as well. We know how important the HVAC is in any business setting. Should there be any questions as to the warranty from the manufacturer, we will always return the client to full operations with complete satisfaction and handle all issues with the Manufacturer. An operating system is the primary goal. Your satisfaction and the quality of our work is what matters to us. General Requirements Harbor Pointe can meet and exceeds in all the performance, service, repair, and technical requirements. We have included in this proposal the resumes of the mechanic that would be addressing the daily needs of the City of Newport Beach. Our vehicles bear our logo. The mechanics are dressed in professional button-down shirts with the Harbor Pointe logo and their name above the pocket. Harbor Pointe works with the City in order to fully serve the needs of each building and critical areas within the buildings. 720 South Ric fie Road • PCacentia CA 92870 a License V. 683516 Office: (657)275-9188 • 1-800-377-7911 EXHIBIT B SCHEDULE OF BILLING RATES Harbor Pointe Air Conditioning & Control Systems, Inc. Page B-1 COST FILE Section 1: Monthly/Quarterly Preventative Maintenance Pricing COST FOR COST FOR TOTAL ANNUAL CITY FACILITY ADDRESS MONTHLY MAINTENANCE QUARTERLY MAINTENANCE MAINTENANCE COST Corporation Yard 592 Superior Ave $ \ Z $ Utilities Yard 949 W. 1611 St $ ., $ Back Bay Science 600 Shellmaker Rd $ ����G � $ Police Dept. HQ 870 Santa Barbara Ave $ 2y5z 12 $ Animal Shelter 20282 Riverside Dr $ lrr $ Fire Station # 1 110 E Balboa Blvd $ - fq ° $ 0 Fire Station # 2 2807 Newport Blvd $ u Z 1 $ Fire Station # 3 868 Santa Barbara Dr 124 Marine Ave $ $ _23, _ $ , IJ4 2- Fire Station # 4 $�� Fire Station # 5 410 Marigold Ave $ ".- $ Fire Station # 6 1348 Irvine Ave $ Fire Station # 7 20401 SW Acacia St $ $ b Fire Station # 8 6502 Ridge Park Rd $ �C)C l' $ 70 Newport Pier 901 East Ocean Front $ "� l� ��� $ t $ $ t�QJ Lifeguard HQ Jr Lifeguard Building CDM Lifeguard HQ 3029 Ocean Blvd Total for all Facilities $ �� , t2 $ t � $ $ �� COST FILE Section 2: On -Call Repair Services Pricing *For purposes of the project costs score, on -call will be estimated at 100 hours annually UNIT MINIMUM HOURS COST Labor Charge Hours $�, Per Hour After Hours Labor (To be used for work �'. 55C performed after 4:30 PM _ Hours $ Per Hour Monday — Thursday, after 3:30 PM on Fridays, and all of Sat., Sun., and holidays. Replacement Equipment, Parts, Materials, and Equipment Rentals Markup % (Maximum 15%) CPI ADJUSTMENT: Billing rates may be given up to a 2% annual CPI increase upon the first anniversary of the contract and each anniversary thereafter. The City intends to award a five (5) year agreement term, subject to City Council approval. Sample Project: See sample project attachment. Other Costs: In the space below, please indicate if other costs/services may be associated with providing the requested services in this RFP that are not included in the tables above. The costs provided in this section may be used to assist in the determination of the contract award. If the "Yes" box is checked, separate page(s) must be attached as part of the Cost File. Yes X\ No ' INWIM. INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers and employees. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance and, if necessary, umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) general aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented Harbor Pointe Air Conditioning & Control Systems, Inc. Page C-1 vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers and employees or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers and employees shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation (except for nonpayment for which ten (10) calendar days notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of Harbor Pointe Air Conditioning & Control Systems, Inc. Page C-2 insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Contractor sixty (60) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Agreement Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. F. Self -insured Retentions. Any self -insured retentions must be declared to and approved by City. City reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City. Harbor Pointe Air Conditioning & Control Systems, Inc. Page C-3 G. City Remedies for Non -Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. Harbor Pointe Air Conditioning & Control Systems, Inc. Page C-4 EXHIBIT D CITY OF NEWPORT BEACH BOND NO. LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Harbor Pointe Air Conditioning & Control Systems, Inc. hereinafter designated as the "Principal," an agreement for maintenance and/or repair services, in the City of Newport Beach, in strict conformity with the Agreement on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Agreement and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Dollars ( ), lawful money of the United States of America, said sum being equal to 100% of the amount of any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), payable by the City of Newport Beach under the terms of the Agreement; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. Harbor Pointe Air Conditioning & Control Systems, Inc. Page D-1 And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Agreement or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Agreement or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the day of 20 Name of Contractor (Principal) Name of Surety Address of Surety Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: Aaron C. Harp City Attorney Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Harbor Pointe Air Conditioning & Control Systems, Inc. Page D-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of I ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Harbor Pointe Air Conditioning & Control Systems, Inc. Page D-3 EXHIBIT E CITY OF NEWPORT BEACH BOND NO. FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ , being at the rate of $ thousand of the Agreement price. WHEREAS, the City of Newport Beach, State of California, has awarded to Harbor Pointe Air Conditioning & Control Systems, Inc. hereinafter designated as the "Principal," an agreement for On -Call HVAC Maintenance and Repair Services Citywide, in the City of Newport Beach, in strict conformity with the Agreement on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Agreement and the terms thereof require the furnishing of a Bond for the faithful performance of the Agreement. NOW, THEREFORE, We the undersigned Principal, and, duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Dollars ( ), lawful money of the United States of America, said sum being equal to 100% of the amount of any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100 ($25,000.00), payable by the City of Newport Beach under the terms of the Agreement; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Agreement and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Agreement or to the Work to be performed Harbor Pointe Air Conditioning & Control Systems, Inc. Page E-1 thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Agreement or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the day of , 20 Name of Contractor (Principal) Name of Surety Address of Surety Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: Aaron C. Harp City Attorney Authorized Signature/Title Authorized Agent Signature Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Harbor Pointe Air Conditioning & Control Systems, Inc. Page E-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Harbor Pointe Air Conditioning & Control Systems, Inc. Page E-3 OC ui E 2 fl- M :o CN cno O O FL V o CD Q 0 r_ cv C co CL �5 cn cj cu I fj z m A--i �j T6 LU L LL. m 0 C) a) 6 E CL a) co o CD I'D -2 cu u CL CQJ a) C c E, 0 z 0 CD m U) ch cn CC) co m « \ / / C, ® . -- � § 2 � \ 2 j k © t q E ƒ 0 � .\ m ;E . .§ . .. \ _ k 7 § 2 \ § 0 \ _ § 0 /o � 2 E ) \ . R $ § $ w . $�� = f n t / § .2 Harbor B CITY OF NEWPORT BEACH JOB LOCATION: CITY OF NEWPORT BEACH FIRE STATION #8 6502 RIDGE PARK ROAD NEWPORT BEACH, CA 92657 CONTACT INFORMATION: MELISSA MILES MMILES@NBFD.NET 949-644-3114 NEW UNIT INFORMATION: MANUFACTURER - CARRIER MODEL # DEHXXCDA1100A-A01 VOLTAGE - 120 VOLT 1 PHASE 720 RICHFIELD ROAD PLACENTIA, CA 92870 Phone No.:657-275-9188 License No.:683516 Business.office@harborpointe.com QUOTE No. 1688 Order No. Valid for 30 days Site: Fire Station # 8 Site Contact: Date: 10/17/2025 JOB SUBJECT: INSTALL AN INLINE DUCT DEHUMIDIFIER ON THE AIR HANDLER SERVING THE DORMS WITHIN THE MECHANICAL ROOM. JOB SUMMARY: THE STATION HAD NEW AIR HANDLERS AND CONDENSERS INSTALLED EARLIER THIS YEAR HOWEVER THEY WERE UNABLE TO OVERCOME THE HUMIDITY LEVELS WITHIN THE STATION. HARBOR POINTE IS PROPOSING TO INSTALL WITHIN THE MECHANICAL ROOM AN INLINE DEHUMIDIFIER ON THE UNIT SERVING THE DORM AREA. IN ADDITION TO THE NEW DEHUMIDIFIER, PELICAN CONTROLS WILL BE INSTALLED ON THE AIR AIR HANDLER AND TIE INTO THE DEHIMIDIER TO ALLOW FOR OFFSITE MONITOR AND CONTROLS ADJUSTMENTS. NOTE: THE PELICAN CONTROLS WILL REQUIRE ACCESS TO THE STATION'S WIRELESS INTERNET. IF THERE IS CONCERN ABOUT SECURITY WITH I.T., PELICAN DOES OFFER Harbor B 720 RICHFIELD ROAD PLACENTIA, CA 92870 Phone No.:657-275-9188 License No.:683516 Business.office@harborpointe.com QUOTE No. 1688 Order No. Valid for 30 days AN LTE OPTION. THIS OPTION WILL REQUIRE A MONTHLY CHARGE TO THE CITY FOR NETWORK SUPPORT. NOTE: THE DEHUMIDIFIER IS 6 WEEKS OUT FROM THE MANUFACTURER. THE DEHUMIDIFIER IS RATED TO PULL UP TO 100 PINTS PER DAY. SCOPE OF WORK: COORDINATE TIME OF WORK PLACE ACCESS. MEASURE AND FABRICATE A STAND FOR THE DEHUMIDIER TO BE MOUNTED. ANCHOR THE STAND TO THE CONCRETE FLOOR. SET AND SECURE THE DEHUMIDIFER. PULL 120 VOLT POWER FROM NEAR BY SOURCE TO THE DEHUMIDIFIER. RUN NEW COPPER CONDENSATE LINE FROM THE UNIT TO THE EXISTING CONDENSATE DRAIN LINE. MARK OUT POINTS OF CONNECTION FROM THE SUPPLY AND RETURN DUCTWORK ON THE AIR HANDLER. RUN NEW INSULATED DUCTWORK TO THE DEHUMIDIFIER. RUN CONTROL WIRETHROUGH RIGID 3/4" PIPE CHASE FROM THE AIR HANDLER TO THE DEHUMIDIFIER. POWER UNIT ON A RUN CHECK OPERATIONS MANNUALY. CLEAN AND REMOVE ALL JOB RELATED MATERIAL. CHECK OUT WITH FACILITY STAFF UPON COMPLETION. PRICE BREAK DOWN: LABOR 44 X 141.78 = 6,238.32 MATERIAL COST - 4,588.34 MATERIAL MARK UP 15% - 688.17 SALES TAX - 408.93 TOTAL - 11,923.76 EXCLUSIONS: ANY ADDITIONAL REPAIRS OR MODIFICATIONS BEYOND THE SPECIFIED SCOPE OF WORK. OVERTIME OR WEEKEND INSTALLATION. PERMITS AND ENGINEERING. Harbor B 720 RICHFIELD ROAD PLACENTIA, CA 92870 Phone No.:657-275-9188 License No.:683516 Business.office@harborpointe.com QUOTE No. 1688 Order No. Valid for 30 days THE PROPOSAL IS FOR THE WORK AS DESCRIBED ABOVE AND DOES NOT INCLUDE REPAIRS TO ANY OTHER PROBLEM OR COMPONENT IN THE SYSTEM. IF OTHER PROBLEMS SHOULD BE NOTED DURING THE REPAIR, YOU WILL BE NOTIFIED AS TO THE SCOPE OF OTHER SUCH REPAIRS. Change orders: Owners/Contractor may from time to time, by written order ("Change order") to Harbor Pointe, make changes in the scope of work; and Harbor Pointe shall there upon perform the change work in accordance with the terms of the Work Order. The Contract Price shall be adjusted by the net amount of any direct cost attributed to the change order. Any deviation from the original bid involving additional cost to labor and/or materials will be executed only upon written approval. THIS PROPOSAL IS VALID FOR 30 DAYS. TERMS OF PAYMENT: NET 30 DAYS. FINANCE CHARGES — 1.5% PER MONTH Payment is due in full per the payment terms on the front of the invoice. Invoice not paid as agreed are subject to a finance charge of 1.5% per month until paid in full. Should it become necessary to place this account with an attorney for collection, Harbor Pointe shall be entitled to be reimbursed its actual attorney's fees and costs incurred, whether a lawsuit is filed or not, and if it becomes necessary to file suit to collect on the invoice, Harbor Pointe shall be entitled to reasonable attorney's fees, costs, monthly finance charges and interest at the legal rate from the date the invoice was due. GENERAL WARRANTY STATEMENT This Warranty applies only to equipment, parts and labor furnished and installed by Harbor Pointe. Parts and Equipment: Harbor Pointe warrants repair or replacement parts and equipment furnished by it to be free from defect for a period of one year from the date of delivery, unless the manufacturer's warranty is for a shorter period, in which case the shorter period will apply. Labor: This warranty includes the cost of labor for correcting defects in material and workmanship for a period of ninety days after installation, provided that the material was furnished and installed by Harbor Pointe. Harbor B 720 RICHFIELD ROAD PLACENTIA, CA 92870 Phone No.:657-275-9188 License No.:683516 Business.office@harborpointe.com QUOTE No. 1688 Order No. Valid for 30 days Labor cost included in this warranty is for during regular working hours: 7:00 A.M. to 4:00 P.M. — Monday through Friday. The additional charge for overtime work, if necessary, is to be paid by the purchaser. Liability: Harbor Pointe's liability for defective workmanship and materials, if any, shall be limited to the value of the repair or replacement part at Harbor Pointe's option, except that Harbor Pointe warrants parts and equipment not manufactured by it, only to the extent that it can enforce liability against and collect from the manufacturer thereof. Harbor Pointe's liability arising out of the supplying of equipment furnished by it or its use, whether on warranties or otherwise, except as herein provided, shall not in any case, exceed the cost of correcting defects in the equipment. IN NO EVENT SHALL CLAIMS FOR CONSEQUENTIAL DAMAGES BE MADE. GENERAL CONDITIONS THIS WARRANTY: 1. Does not apply is the system, equipment or parts have been subject to misuse, abuse, neglect, accident or alteration. 2. Only applies when the system has been serviced on a regular basis by Harbor Pointe personnel or other Harbor Pointe Authorized Agencies. 3. Does not include liability for water damage due to leakage or freezing. 4. Does not cover the loss of refrigerant, except where the loss is caused by defective equipment, parts, or work furnished by Harbor Pointe. 5. Does not apply if the purchaser defaults in making payments when due. 6. Does not include liability for damage caused by corrosive atmosphere, water or steam. 7. Does not apply if there is improper system design and/or installation performed by others. 8. Does not apply unless immediate written notice is given seller upon discovery of any and all defects. 9. THERE ARE NO WARRANTIES, EXPRESSED OR IMPLIED, INCLUDING THE IMPLIED WARRANTIES OF THE MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE, EXCEPT AS ARE EXPRESSLY CONTAINED HEREIN. We propose hereby to furnish material and labor - complete in accordance with the above specifications, for the sum of: Harbor B 720 RICHFIELD ROAD PLACENTIA, CA 92870 Phone No.:657-275-9188 License No.:683516 Business.office@harborpointe.com QUOTE No. 1688 Order No. Valid for 30 days Total inc Tax $11,923.76 All material is guaranteed to be as specified. All work to be completed in a professional manner according to standard practices. Any alteration or deviation from above specifications involving extra costs will be executed only upon written orders and will become an extra charge over and above the estimate. All agreements contingent upon delays beyond our control. Purchaser agrees to pay all costs of collection, including attorney's fees. This proposal may be withdrawn by us if not accepted by the above due date. LICENSE NO. 683516 Accepted By: Please contact us if you have any queries regarding this quote. Gregory Perez gsperez@harborpointe.com 657-275-9188 Harbor B CITY OF NEWPORT BEACH JOB LOCATION: FIRE STATION #8 6502 RIDGE PARK ROAD NEWPORT BEACH, CA 92657 CONTACT INFORMATION: MELISSA MILES MMILES@NBFD.NET 949-644-3114 EXISTING EQUIPMENT INFORMATION: CONDENSER MANUFACTURER - GOODMAN MODEL # GSC130361 GA SERIAL # 1205162730 208/230 1 PHASE MAX FUSE 30AMP R22 REFRIGERANT EVAPORATOR COIL MANUFACTURER - LENNOX MODEL # C22-41-FC-TXV-2 SERIAL # 58951362207 NEW EQUIPMENT INFORMATION: MANUFACTURER - GOODMAN MODEL # GLXS4BA3610 208/230 1 PHASE MAX FUSE 30AMP R32 REFRIGERANT 720 RICHFIELD ROAD PLACENTIA, CA 92870 Phone No.:657-275-9188 License No.:683516 Business.office@harborpointe.com QUOTE No. 1670 Order No. Valid for 30 days Site: Fire Station # 8 Site Contact: Date: 10/01 /2025 Harbor B EVAPORATOR COIL MODEL # CE36D3D175R165 720 RICHFIELD ROAD PLACENTIA, CA 92870 Phone No.:657-275-9188 License No.:683516 Business.office@harborpointe.com QUOTE No. 1670 Order No. Valid for 30 days JOB SUBJECT: INSTALL A NEW R32 CONDENSER AND EVAPORATOR COIL FOR THE UNIT SERVING THE GYM. JOB SUMMARY: THE EXISTING SYSTEM UTILIZES R22 REFRIGERANT AND THE MANUFACTURER IS NO LONGER SUPPORTING PARTS FOR EQUIPMENT THAT UTILIZE THIS REFRIGERANT. HARBOR POINTE IS PROPOSING TO RETROGIT THE EXISTING SYSTEM BY INSTALLING A NEW EVAPORATOR COIL, TXV, AND CONDENSER. THE RETROFITTED SYSTEM WILL UTILIZE R32 REFRIGERANT. NOTE: THE COMPRESSOR WITHIN THE CONDENSER IS STILL UNDER WARRANTY, THE SUPPLIER STATED THAT A CREDIT WOULD BE APPLIED TO THE ORDER OF NEW EQUIPMENT UPON RETURN OF THE COMPRESSOR. A CREDIT AMOUNT OF $1181.30 WILL BE ISSUED TO THE ORDER. NOTE: THE SUPPLIER IS HOLDING SPECIAL PROMO PRICING FOR 1 WEEK BEFORE THE COST OF THE EVAPORATOR COIL AND THE CONDENSER INCREASES FROM SCOPE OF WORK: COORDINATE TIME OF WORK PLACE ACCESS. ISOLATE UNIT OPERATIONS. RECOVER EXISTING REFRIGERANT CHARGE. DISCONNECT THE ELECTRICAL AND REFRIGERANT CONNECTIONS FROM THE CONDENSER. REMOVE AND REPLACE THE CONDENSER. BRAZE IN LINE SET AND INSTALL NEW FILTER DRIER. INSTALL NEW ELECTRICAL DISCONNECT, FUSES, AND WHIP FROM THE DISCONNECT TO THE UNIT. PULL NEW 8 GUAGE WIRE FROM THE DISCONNECT TO THE CONDENSER. LAND LOW VOLTAGE AND HIGH VOLTAGE ELECTRICAL CONNECTIONS. DISCONNECT CONDENSATE DRAIN LINE AND REFRIGERANT LINE SET CONNECTIONS. DISCONNECT FURNACE FLU VENT AND SUPPLY DUCT PLENUM. Harbor B 720 RICHFIELD ROAD PLACENTIA, CA 92870 Phone No.:657-275-9188 License No.:683516 Business.office@harborpointe.com QUOTE No. 1670 Order No. Valid for 30 days REMOVE AND REPLACE THE EVAPORATOR COIL. FABRICATE NEW SUPPLY DUCT TRANSITION. SEAL ALL JOINTS WITH DUCT SEALANT TO PREVENT AIR LEAKS. RECONNECT CONDENSATE DRAIN LINE, FLU VENT, AND REFRIGERANT PIPING. INSULATE CONDENSATE DRAIN LINE FROM AIR HANDLER TO EXISTING INSULATION WITHIN THE MECHANICAL ROOM. PRESSURE SYSTEM SYSTEM WITH NITROGEN TO CONFIRM NO LEAKS. RUN RX-11 FLUSH THROUGH THE SYSTEM. PULL SYSTEM INTO A VACUUM TO 500 MICRONS. INSULATE SUPPLY DUCT PLENUM TO PREVENT CONDENSATION BUILD UP. PERFORM SYSTEM START UP AND MONITOR OPERATIONS. ADD ADDITIONAL R32 REFRIGERANT AS NECESSARY TO ACHEIVE PROPER OPERATING PRESSURES. RECORD SUPPLY AND RETURN TEMPERATURE. CLEAN AND REMOVE ALL JOB RELATED MATERIAL. CHECK OUT WITH FACILITY MANAGEMENT UPON COMPLETION. PRICE BREAK DOWN LABOR REGULAR TIME 44 X 141.78 = 6,238.32 OVERTIME 8 X 212.67 = 1,701.36 MATERIAL COST - 4,693.57 MATERIAL MARK UP 15% - 704.08 SALES TAX - 418.32 TOTAL - 13,755.65 CREDIT AMOUNT FOR RETURN OF THE WARRANTY COMPRESSOR - ($1,181.30) INVOICE AMOUNT - 12,574.35 EXCLUSIONS: ANY ADDITIONAL REPAIRS OR MODIFICATIONS BEYOND THE SPECIFIED SCOPE OF WORK. OVERTIME OR WEEKEND INSTALLATION. PERMITS AND ENGINEERING. Harbor B 720 RICHFIELD ROAD PLACENTIA, CA 92870 Phone No.:657-275-9188 License No.:683516 Business.office@harborpointe.com QUOTE No. 1670 Order No. Valid for 30 days THE PROPOSAL IS FOR THE WORK AS DESCRIBED ABOVE AND DOES NOT INCLUDE REPAIRS TO ANY OTHER PROBLEM OR COMPONENT IN THE SYSTEM. IF OTHER PROBLEMS SHOULD BE NOTED DURING THE REPAIR, YOU WILL BE NOTIFIED AS TO THE SCOPE OF OTHER SUCH REPAIRS. Change orders: Owners/Contractor may from time to time, by written order ("Change order") to Harbor Pointe, make changes in the scope of work; and Harbor Pointe shall there upon perform the change work in accordance with the terms of the Work Order. The Contract Price shall be adjusted by the net amount of any direct cost attributed to the change order. Any deviation from the original bid involving additional cost to labor and/or materials will be executed only upon written approval. THIS PROPOSAL IS VALID FOR 30 DAYS. TERMS OF PAYMENT: NET 30 DAYS. FINANCE CHARGES — 1.5% PER MONTH Payment is due in full per the payment terms on the front of the invoice. Invoice not paid as agreed are subject to a finance charge of 1.5% per month until paid in full. Should it become necessary to place this account with an attorney for collection, Harbor Pointe shall be entitled to be reimbursed its actual attorney's fees and costs incurred, whether a lawsuit is filed or not, and if it becomes necessary to file suit to collect on the invoice, Harbor Pointe shall be entitled to reasonable attorney's fees, costs, monthly finance charges and interest at the legal rate from the date the invoice was due. GENERAL WARRANTY STATEMENT This Warranty applies only to equipment, parts and labor furnished and installed by Harbor Pointe. Parts and Equipment: Harbor Pointe warrants repair or replacement parts and equipment furnished by it to be free from defect for a period of one year from the date of delivery, unless the manufacturer's warranty is for a shorter period, in which case the shorter period will apply. Harbor B 720 RICHFIELD ROAD PLACENTIA, CA 92870 Phone No.:657-275-9188 License No.:683516 Business.office@harborpointe.com QUOTE No. 1670 Order No. Valid for 30 days Labor: This warranty includes the cost of labor for correcting defects in material and workmanship for a period of ninety days after installation, provided that the material was furnished and installed by Harbor Pointe. Labor cost included in this warranty is for during regular working hours: 7:00 A.M. to 4:00 P.M. — Monday through Friday. The additional charge for overtime work, if necessary, is to be paid by the purchaser. Liability: Harbor Pointe's liability for defective workmanship and materials, if any, shall be limited to the value of the repair or replacement part at Harbor Pointe's option, except that Harbor Pointe warrants parts and equipment not manufactured by it, only to the extent that it can enforce liability against and collect from the manufacturer thereof. Harbor Pointe's liability arising out of the supplying of equipment furnished by it or its use, whether on warranties or otherwise, except as herein provided, shall not in any case, exceed the cost of correcting defects in the equipment. IN NO EVENT SHALL CLAIMS FOR CONSEQUENTIAL DAMAGES BE MADE. GENERAL CONDITIONS THIS WARRANTY: 1. Does not apply is the system, equipment or parts have been subject to misuse, abuse, neglect, accident or alteration. 2. Only applies when the system has been serviced on a regular basis by Harbor Pointe personnel or other Harbor Pointe Authorized Agencies. 3. Does not include liability for water damage due to leakage or freezing. 4. Does not cover the loss of refrigerant, except where the loss is caused by defective equipment, parts, or work furnished by Harbor Pointe. 5. Does not apply if the purchaser defaults in making payments when due. 6. Does not include liability for damage caused by corrosive atmosphere, water or steam. 7. Does not apply if there is improper system design and/or installation performed by others. 8. Does not apply unless immediate written notice is given seller upon discovery of any and all defects. 9. THERE ARE NO WARRANTIES, EXPRESSED OR IMPLIED, INCLUDING THE IMPLIED WARRANTIES OF THE MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE, EXCEPT AS ARE EXPRESSLY CONTAINED HEREIN. Harbor B 720 RICHFIELD ROAD PLACENTIA, CA 92870 Phone No.:657-275-9188 License No.:683516 Business.office@harborpointe.com QUOTE No. 1670 Order No. Valid for 30 days We propose hereby to furnish material and labor - complete in accordance with the above specifications, for the sum of: Total inc Tax $13,755.65 All material is guaranteed to be as specified. All work to be completed in a professional manner according to standard practices. Any alteration or deviation from above specifications involving extra costs will be executed only upon written orders and will become an extra charge over and above the estimate. All agreements contingent upon delays beyond our control. Purchaser agrees to pay all costs of collection, including attorney's fees. This proposal may be withdrawn by us if not accepted by the above due date. LICENSE NO. 683516 Accepted By: Please contact us if you have any queries regarding this quote. gsperez@harborpointe.com 657-275-9188